Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 137

REPUBLIC OF CONGO REPUBLIC OF CAMEROON

Unity- Work -Progress Peace-Work-Fatherland


-------------- --------------

MINISTRY OF ENERGY MINISTRY OF WATER


AND HYDRAULICS AND ENERGY
---------------- ----------------

CHOLLET Project Management Unit


P.O. Box: 103 Brazzaville

OPEN INTERNATIONAL INVITATION TO TENDER FILE


******************

OPEN INTERNATIONAL INVITATION TO TENDER No.__________/23/AOIO/MINEE-MEH/DPC/2023


OF _____________________
FOR THE SELECTION OF A CONSULTING ENGINEER TO ASSIST THE CONTRACTING AUTHORITY IN THE
CONTROL AND MONITORING OF THE DESIGN, CONSTRUCTION AND COMMISSIONING
OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND RELATED POWER LINES
(IN EMERGENCY PROCEDURE)

Execution Time limit: seventy (70) months

CONTRACTING AUTHORITY

THE MINISTERS IN CHARGE OF ENERGY OF CAMEROON AND CONGO

April 2023

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines Page 1
TABLE OF CONTENTS OF THE OPEN INTERNATIONAL INVITATION TO TENDER

Section 1: OPEN INTERNATIONAL INVITATION TO TENDER (OIITF)

Section 2: General Regulations of the Invitation to Tender

Section 3: Special Regulations of the Invitation to Tender

Section 4: Technical Proposal: Standard Forms

Section 5: Financial Proposal: Standard Forms

Section 6: Terms of Reference (ToRs) 

Section 7: Special Conditions of Contract (SCC)

Section 8: Contract Model

Section 9: Model Documents 


9.1 Bid Model
9.2 Bid Bond Model
9.3 Model of Final Bond or Bank Guarantee for Full Performance of Services
9.4 Model of Bank Guarantee to Refund the Start-Off Advance Bond
9.5 Power of Attorney Model
9.6 Grouping Agreement Framework Model

Section 10: Technical Bids Analysis Grid

Section 11: List of Approved Banks

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 2
Section 1

OPEN INTERNATIONAL INVITATION TO TENDER NOTICE (OIITN)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power
Lines Page 3
Section 1.1

OPEN INTERNATIONAL INVITATION TO TENDER NOTICE (OIITN)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 4
REPUBLIC OF CONGO
REPUBLIC OF CAMEROON
Unity- Work -Progress
Peace-Work-Fatherland
----------------
--------------
MINISTRY OF ENERGY
MINISTRY OF WATER
AND HYDRAULICS
AND ENERGY
------------------

CHOLLET Project Management Unit

P.O Box 103 : Brazzaville

OPEN INTERNATIONAL INVITATION TO TENDER


No.__________ /23/OIIT/MINEE-MEH/DPC/2023 OF ____________
FOR THE SELECTION OF A CONSULTING ENGINEER TO ASSIST THE CONTRACTING
AUTHORITY IN THE CONTROL AND MONITORING OF THE DESIGN,
CONSTRUCTION AND COMMISSIONING
OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND RELATED POWER
LINES
(IN EMERGENCY PROCEDURE)
Execution Time limit: seventy (70) months

The Ministers in charge of Energy of Cameroon and Congo, Contracting Authority, hereby launch on behalf of
the Republic of Cameroon and of the Republic of Congo, an Open International Invitation to Tender for the
execution of the above-mentioned operation.

1- Purpose of the Invitation to Tender

The purpose of this Open International Invitation to Tender is the recruitment of a Consulting Engineer to assist
the Contracting Authority in the control and monitoring of the design, construction and commissioning of the
Chollet hydroelectric development and related power lines.
The services are in a single (1) lot.

2- Funding of the Open International Invitation to Tender

The services, subject of this Open International Invitation to Tender, shall be funded by the budgets of
both States.

3- Nature of Services
The Service Provider will assist the Contracting Authority in:

a) drafting contracts;
b) reviewing and validating all the studies (Preliminary design, detailed design, SEA and the project’s resilience
to the adverse effects of climate change, Execution plan, companies consultation file, etc.), the Tender File
and contract documents required for the design, construction and operation phases of the said plant as well
as the project’s financial model prepared with the Partner;
c) reviewing and validating the technical files proposed by the Contracting Partner and Engineer Consulting
Firms, in particular the technical specifications of the equipment and the goods, their prices and the
commissioning details;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 5
d) controlling, monitoring and supervising the works and the related costs;
e) ensuring capacity building and skills transfer;
f) reviewing and validating the technical tests files proposed by the Partner as well as the monitoring of such
tests (in the factory and on site);
g) carrying out the partial and provisional acceptance of the works and of the equipment;
h) carrying out the final acceptance and the commissioning of the Project;
i) preparing and participating in technical meetings for the Project’s development;
j) providing technical advice on any hazards that may be encountered in the various phases of the Project;
k) drafting periodic reports (weekly, monthly and annual);
l) reviewing and validating the technical procedures manual proposed by the Partner (design, construction,
commissioning and operation);
m) reviewing and validating the Tender File and other contract documents proposed by the Partner;
n) reviewing and validating the contract documents proposed by the Partner for the operation, management
and maintenance phases of the facilities, installations and equipment of the power plant, substations and
transmission lines;
o) reviewing and validating the sales contracts proposed by the Partner;
p) carrying out the physical and digital archiving of all Project documentation.

4- Participation and Origin

Participation is open to consulting engineering firms or groups of consulting engineering firms specialised in
the monitoring, control and supervision of studies and works involving hydropower plants (of an estimated capacity
of 600MW) and extra high voltage power lines (400 kV and above).

5- Execution Time limit of the Services

The services to be performed under the contract to be awarded following the Open International Invitation to
Tender will extend over an estimated period of seventy (70) months divided into four (4) phases as follows:

- Phase 1: review and validation of the studies and the Project’s Tender File 4 months;
- Phase 2: monitoring and control of construction works, monitoring of the impoundment and commissioning
of the plant and its associated equipment: 60 months;
- Phase 3: Technical assistance during the guarantee period: 6 months (during the guarantee year);

Each phase will be triggered by the signing, by the Contracting Authority, of a Service Order to start work, and
its notification to the Consulting Engineer by the Delegated Contracting Authority.

6- Acquisition of the Open Invitation To Tender File

The acquisition costs of the Open International Invitation to Tender File amount to CFA F10,000,000 (ten
million) non-refundable, payable by cheque or by bank transfer to the account of the Chollet Hydroelectric
Development Project Management Unit domiciled in the books of the Banque Postale du Congo, account No.
10633440008-63.

The receipt must identify the payer as a representative of the bidder (or consortium) wishing to participate in
the Open International Invitation to Tender.

7- Guarantees

7.1. Bid Bond

The bids must be accompanied by a bid bond (tender guarantee) drawn up in accordance with the model
indicated in the Tender File, by a first class banking institution approved by the Ministry of Finance of the Republic
of Cameroon or the Republic of Congo and in an amount equal to two per cent (2%) of the amount excluding
tax of the Bid.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 6
During the opening of the bids, the absence of a bid bond complying with the model attached in the
Tender File shall lead to the non-admissibility of the bid.

The bid bond must include the full identification of the bidder. It must remain valid for the entire validity
period of the Bid. The initial validity period of the bid, which is one hundred and twenty (120) days, may, if
necessary, be extended until the results are published.

The bid bond will be automatically released no later than 30 days after the expiry of the validity of bids for
unsuccessful bidders.

7.2. Final Bond

For the successful bidder, the bid bond will be released after the establishment of the final bond amounting to
ten percent (10%) of the Bid’s amount excluding tax (performance guarantee).

NB: Bank checks, even certified, shall not be accepted as a substitute for a bid bond.

8- Consultation of the Tender File

The Tender File can be consulted at the following addresses, on working days, from 7:30 am to 2:30 pm.

For Cameroon:

MINISTRY OF WATER AND ENERGY

Chollet Project

P.O. Box: 70 Yaounde-Cameroon

Tel: (+237) 222 22 34 00

Fax: (+237) 222 22 61 77

E. mail: cabinet.minee@gmail.com

For Congo:

MINISTERE DE L’ENERGIE ET DE L’HYDRAULIQUE

Immeuble Mines et Energie, Rond-point du CCF

P.O. Box: 2120 BRAZZAVILLE – CONGO

E. mail: secretariatcentral.meh@gmail.com

CHOLLET PROJECT MANAGEMENT UNIT

Immeuble Energie Electrique du Congo « E²C. SA »

Avenue Felix EBOUE next to the Russian Embassy

P. O. Box: 103 - BRAZZAVILLE-CONGO

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 7
Tel: (+237) 677 61 40 83

Tel: (+242) 06 669 79 95

E. mail :direction@chollet-projet.cg

9- Presentation of Bids

The documents constituting the bid must be divided into three volumes as indicated below, and placed in a
double envelope as follows:

 envelope A containing the administrative documents (volume 1) and the technical offer (Volume 2) and;
 envelope B containing the financial offer (Volume 3).

All the documents that constitute the bids (envelopes A and B) will be placed in a large sealed outer envelope
bearing only the title of the relevant Invitation to Tender.

The different documents of each bid will be numbered in the order provided in the Tender File and separated
with dividers of the same colour.

10- Submission of Bids


Each bid, drafted in English (with a French translation) or in French must be presented in ten (10) physical
copies, including one (1) original and nine (9) duplicates labelled as such, with a digital version (CD or USB key). It
must be submitted no later than ……………………… at 2.30 p.m. Central African time to the following address:

For Cameroon:

MINISTRY OF WATER AND ENERGY

Chollet Project

P.O. Box: 70 Yaounde-Cameroon

Tel: (+237) 222 22 34 00

Fax: (+237) 222 22 61 77

E. mail: cabinet.minee@gmail.com

For Congo:

MINISTERE DE L’ENERGIE ET DE L’HYDRAULIQUE

Immeuble Mines et Energie, Rond-point du CCF

P.O. Box: 2120 BRAZZAVILLE – CONGO

E. mail: secretariatcentral.meh@gmail.com

CHOLLET PROJECT MANAGEMENT UNIT

Immeuble Energie Electrique du Congo « E²C. SA »

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 8
Avenue Felix EBOUE next to the Russian Embassy

P. O. Box: 103 - BRAZZAVILLE-CONGO

Tel: (+237) 677 61 40 83

Tel: (+242) 06 669 79 95

E. mail :direction@chollet-projet.cg

Each bid, not bearing the company name, must be labelled as follows:

OPEN INTERNATIONAL INVITATION TO TENDER


FOR THE SELECTION OF A CONSULTING ENGINEER TO ASSIST THE CONTRACTING
AUTHORITY IN THE CONTROL AND MONITORING OF THE DESIGN,
CONSTRUCTION AND COMMISSIONING
OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND RELATED POWER
LINES
(IN EMERGENCY PROCEDURE)
"To be opened only during the bid opening session"
Note: Files submitted electronically will be declared non-compliant and rejected. Bids received after the deadline
(date and time) set for the submission of bids will be inadmissible.
11- Admissibility of Bids
Bids that do not respect the method of separating the financial bid from the administrative and technical
bids will be inadmissible.
Any bid that does not comply with the provisions of this Notice and of the Tender File will be declared
inadmissible. The absence, especially, of a bid bond established according to the model proposed in the Tender
File, issued by a first-class bank approved by the Ministry in charge of Finance of the Republic of Cameroon or of
the Republic of Congo, and valid for thirty (30) days beyond the deadline set for the validity of the bids will lead
to the bid’s rejection.
At the risk of rejection, the required administrative documents must be produced in originals or certified
true copies by the issuing service, in accordance with the provisions of the Special Regulations of the Invitation to
Tender.
They must be valid and be less than three (3) months old from the initial date of submission of tenders.
In addition, all documents submitted in this consultation must, under pain of rejection, be certified by
authorised authorities and, where appropriate, translated into one of the languages of the consultation.
12- Opening of Bids
The bids will be opened in a single phase at the Project headquarters, on ……………………, at 3.30 p.m.
Central Africa time in the presence of the bidders or their duly authorized representatives, with perfect
knowledge of the file.

Note: The analysis of financial bids will only concern bidders that will have obtained a technical score equal to or
greater than 70 points out of 100, following the analysis of the technical bids.

13- Bid Evaluation Criteria

13.1 Eliminatory Criteria

 Incomplete administrative file;


 Absence of the bid bond;
 False declaration,

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 9
 Falsified documents;
 Technical score below 70/100;
 Lack of provisional bond;
 Lack of pre-financing capacity;
 Submission form not signed by the authorised person;
 Tender not submitted in the envelopes as requested in the General Instructions to bidders;
 Late receipt of the Bid;
 Attempt to influence the authorities or any public official in Cameroon and Congo in the bid
evaluation process without any official and direct solicitation.
14.1.  Essential criteria
 References of the Consulting Engineers Firm: 10 points;
 Staff qualifications and experience: 60 points;
 Technical and material resources: 10 points;
 Understanding of the assignment: 20 points.

14.2. Evaluation of Financial Bids

Only the financial bids of bidders whose technical bid will have been declared admissible after the examination
of the conformity of the administrative documents (1st stage) and the technical evaluation (2nd stage) will be
evaluated and rated according to the following criteria:

FIsa = ALb x 100

BAa

FIsa = Financial score of the bidder BAa = Bidder's assessed amount (a)
(a)
excluding VAT

ALb = Amount of the lowest bid LBFs = Lowest bidder financial score (100)
excluding VAT

A weighting shall be made between the technical (70/100) and financial scores (30/100) to obtain the final
score N (technical-financial score) using the formula below:

S = [(70 x Technical Score) + (30 x Financial Score)] / 100

14- Validity of Bids

Bidders shall remain bound by their bids for 120 days from the deadline set for the submission of bids.

15- Contract Award

The Contracting Authority will award the Contract to the Bidder whose offer has been evaluated the lowest.
16- Additional Information
Additional technical information can be obtained from the Chollet Project Management Unit located in
Brazzaville, Republic of Congo.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 10
Done in Brazzaville /Yaounde on _______________,

FOR THE GOVERNMENT OF THE FOR THE GOVERNMENT OF THE


REPUBLIC OF CONGO REPUBLIC OF CAMEROON

THE MINISTER OF ENERGY AND THE MINISTER OF WATER AND


HYDRAULICS ENERGY

Emile OUOSSO ELOUNDOU ESSOMBA Gaston

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 11
Section 2

GENERAL REGULATIONS OF THE OPEN INTERNATIONAL INVITATION TO TENDER (GROIIT)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 12
Table of Contents

1. Introduction

2. Clarifications, modifications made to the Tender File and appeals

3. Preparation of proposals

3.1 Technical proposal

3.2 Financial proposal

4. Submission, receipt and opening of proposals

5. Evaluation of proposals

5.1 General provisions

5.2 Evaluation of technical proposals

5.3 Opening and evaluation of financial proposals and appeals

6. Negotiations

7. Award of contract

8. Publication of results of award and appeals

9. Confidentiality

10. Contract signature

11. Final bond

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 13
1- Introduction

1.1. The Contracting Authority shall select a Contractor among the bidders, in accordance with the selection
method specified in the Special Regulations for the Open International Invitation to Tender (SROIT).

1.2. Bidders are invited to submit an administrative file, a technical proposal and a financial proposal to provide the
services required as outlined in the Terms of Reference. The proposal shall serve as the basis for possible contract
negotiations and, eventually, for the contract signed with the successful bidder.

1.3. The work shall be carried out in accordance with the schedule indicated in the Terms of Reference. In case the
work comprises several phases, the Contractor's performance during a given phase must satisfy the Contracting
Authority before the beginning of the next phase.

1.4. Bidders should be aware of local conditions and take them into account when preparing their proposals. To
obtain first-hand information about the project and local conditions, bidders are advised to attend the pre-proposal
conference before submitting a proposal. Bidders’ representatives should contact the officials listed in the Special
Regulations to organise a visit or obtain additional information about the pre-proposal conference. Bidders should
ensure that these officials are notified of their visit in a timely manner to make appropriate arrangements.

1.5. The Contracting Authority shall provide the resources specified in the Terms of Reference, assist the
Contractor in obtaining the licenses and permits necessary for the provision of the services, and provide the
relevant project data and reports. The Contractor shall acquire by its own means, from specialised institutions in
Congo, Cameroon and elsewhere, any other data it deems necessary for the execution of its work.

1.6. It should be noted that:


i. The costs incurred in preparing the proposal and negotiating the contract, including the visit to the Contracting
Authority, are not considered as direct costs of the work and are therefore not reimbursable;
ii. The Contracting Authority is under no obligation to accept any of the bids submitted.

1.7. The Contractors shall provide professional, unbiased and impartial advice. In all circumstances, they shall be
primarily concerned with defending the interests of the Contracting Authority, excluding the possibility of any
subsequent assignment, and shall strictly avoid any possibility of conflict with other activities or with the interests of
their company.
Contractors shall not be engaged on assignments that would be in conflict with their present or past obligations to
other Contracting Authorities, or that would make it impossible for them to perform their task in the best interests
of the Contracting Authority.

1.7.1. Without prejudice to the generality of this rule, the Contractors shall not be involved in the following
circumstances:
a. No company hired by the Contracting Authority to supply goods or perform services for a Project, nor any
company affiliated with it, shall be permitted to provide consultancy services for the same Project. Similarly, no
consulting firm hired to provide consultancy services for the preparation or execution of a Project, nor any company
affiliated with it, shall subsequently be permitted to supply goods, perform or provide services related to its original
assignment for the same Project (unless it is a continuation of that assignment);
b. Neither contractors nor any of their affiliates may be hired for an assignment which, by its nature, is likely to be
incompatible with another assignment.
1.7.2. As stated in clause 1.7.1 (a) above, Contractors may be hired to perform downstream activities where
continuity is essential, in which case the Special Regulations must state this possibility and the criteria used in the
selection of the contractor must take into account the probability of renewal. It shall be the sole responsibility of
the Contracting Authority to decide whether or not to have downstream activities performed and, if so, which

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 14
Contractor shall be hired for this purpose.
1.8. The Contracting Authority requires bidders and its co-contractors to adhere to the highest standards of
professional ethics during the procurement and execution of such contracts. In pursuit of this policy, the
Contracting Authority:
a. defines, for the purposes of this clause, the terms set forth below as follows:
i. “corruption” refers to any person who offers, gives, solicits or accepts any advantage to influence the action of a
public official during the award process or execution of a contract;
ii. “Fraudulent practice” means a distortion or misrepresentation of facts in order to influence the award process or
execution of a contract;
iii. “Collusive practice” refers to any form of arrangement between two or more bidders (with or without the
knowledge of the Contracting Authority), designed to establish bid prices at artificial, non-competitive levels;
iv. “Coercive practice” means harming or threatening to harm persons or their property to influence their
participation in the award process or affect the execution of a contract;
b. will reject a recommendation for award if it determines that the bidder recommended for award has, directly or
through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in
question.
1.9. Bidders shall provide information on commissions and bonuses, which may have been paid or are to be paid to
agents in connection with this proposal, and the execution of the contract if awarded to the bidder, as requested in
the financial proposal form (submission form).
1.10. Bidders must not have been declared ineligible, by the Contracting Authority, to receive any contract awards
due to corrupt or fraudulent practices.

2- Clarifications, modifications made to the Tender File and appeals


2.1. Bidders may request clarification of any of the documents in the Tender File up to a deadline specified in the
Special Regulations. Any request for clarification must be written and sent by mail, fax, or e-mail to the Contracting
Authority's address indicated in the Special Regulations. The Contracting Authority shall respond by mail, fax or e-
mail to all bidders.
2.2. At any time prior to the deadline for submission of proposals, the Contracting Authority may, for any reason,
either on its own initiative or in response to a clarification requested by an invited bidder, amend any of the
documents in the Tender File by means of an additional clause. Any additional clause shall be issued in written
form and issued in the form of an addendum. Addenda shall be communicated by mail, fax or e-mail to all invited
bidders and shall be binding on them. The Contracting Authority may, at his discretion, extend the deadline for
submission of proposals.
2.3. Any bidder who deems he has been disadvantaged in the contract award process may submit a request to the
Contracting Authority at any time between the publication of the Open International Tender Notice and the opening
of bids.
2.4. The appeal must be addressed to the Contracting Authority or the Delegated Contracting Authority. It must
reach the Contracting Authority no later than fourteen (14) days before the bid opening session.

2.5. The Contracting Authority shall have five (5) days to respond.

3- Preparation of proposals
Bidders are required to submit a proposal written in the language(s) specified in the Special Regulations.
3.1 Technical proposal
In preparing the technical proposal, bidders are expected to examine in detail the documents constituting

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 15
this Open International Tender Document. Obvious inadequacies in the information provided may result in the
rejection of a proposal.
In preparing the technical proposal, bidders must pay particular attention to the following:
i. In case a bidder feels that it does not have all the necessary expertise for the assignment, it may
obtain such expertise by associating with one or more individual bidder (s) and/or other bidders under
a joint venture or subcontracting, where appropriate. Bidders may associate with other bidders solicited
for this assignment only if approved by the Contracting Authority, as set out in the Special Regulations.
ii. For time-based assignments, the estimated staff time is stipulated in the Special Regulations. The
proposal shall however be based on the bidder's estimate of staff time.
iii. It is preferable that the majority of the specialised personnel proposed be permanent employees of the
bidder or have an extended and stable working relationship with the bidder.
iv. Proposed specialised personnel must, at a minimum, have the experience indicated in the Special
Regulations, preferably working under conditions similar to those prevailing in the country where the
work is to be executed.
v. Alternative specialised personnel shall not be proposed, and only one curriculum vitae (CV) may be
submitted per position.
Reports to be issued by bidders, as part of this work, must be in the language(s) specified in the Special
Regulations. The bidders’ personnel is expected to have a good working knowledge of French and/or English.
The technical proposal shall provide the following information using the Standard Forms attached in
Section 4:
i. A brief description of the bidder and an outline of recent experience in similar projects ( Section 4.2).
For each project, the outline should indicate, inter-alia, the profiles of the staff proposed, the project
length , the contract amount, and the bidder’s share.
ii. Any comments or suggestions on the Terms of Reference and on the data, services and facilities to be
provided by the Contracting Authority (Section 4.3);
iii. A description of the proposed methodology and work plan for performing the assignment (Section
4.4);
iv. The list of the proposed team by speciality, as well as the tasks assigned to each of its members and
their time schedule (Section 4.5);
v. Curricula vitae recently signed by the proposed specialised staff and the bidder's representative
authorised to submit the proposal (Section 4.6). Key information should include the number of years
of experience working for the bidder and the scope of responsibility held in various projects over the
past ten (10) years.
vi. Estimates of staff inputs (professional and support staff, staff time) required to carry out the work,
supported by bar chart diagrams showing the expected work time for each team member ( Sections
4.5, 4.7 and 4.8);
vii. A detailed description of the methodology, staffing and monitoring of training, if the Special Regulations
specifies that training is a major component of the mission;
viii. Any additional information requested in the Special Regulations.
The technical proposal should not include any financial information.

3.2 Financial proposal


The financial proposal must be prepared using the Standard Forms in Section 5. It should list all project-
related costs. If necessary, all costs can be further broken down by activity.
The financial proposal must include separately all taxes, duties (including social security contributions),
levies and other charges applicable under current legislation on bidders, subcontractors and their personnel (other
than nationals or permanent residents of Cameroon and Congo), unless otherwise specified in the Special
Regulations.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 16
Bidders shall price their services in the currency (ies) specified in the Special Regulations.
Commissions and bonuses, if any, paid or to be paid by the bidders in connection with the work, are listed
in the submission letter of the financial proposal.
The Special Regulations indicates how long the proposals must remain valid after the submission date.
During this period, bidders must ensure that the specialised personnel proposed for the work remain available. The
Contracting Authority will make every effort to complete negotiations within this time frame. In case the
Contracting Authority wishes to extend the bid validity period, bidders who do not agree to such an extension have
the right to refuse.
4- Submission, receipt and opening of proposals

4.1. The original proposal shall be written in permanent ink. It shall contain no interlineations or overwriting of the
text itself, except to correct any errors made by the bidder itself, in which case, any such corrections must be
initialled by the person(s) signing the proposal.

4.2. An authorised representative of the bidder shall sign all pages of the proposal. The authorisation shall be
confirmed by a written power of attorney attached to the proposal.

4.3. For each proposal, bidders shall prepare the number of copies indicated in the Special Regulations. Each
technical and financial proposal shall be marked "ORIGINAL" or "COPY" as appropriate. In the event of a
discrepancy between the copies of the bids, the original shall prevail.

4.4. The original and all copies of the administrative documents listed in the Special Regulations must be placed in
an envelope clearly marked "ADMINISTRATIVE FILE", the original and all copies of the technical proposal in an
envelope clearly marked "TECHNICAL PROPOSAL", and the original and all copies of the financial proposal in a
sealed envelope clearly marked "FINANCIAL PROPOSAL" with the warning “DO NOT OPEN AT THE SAME TIME AS
THE TECHNICAL PROPOSAL". The bidders must then place these three envelopes in a single sealed envelope,
which bears the address of the place of submission of bids and the information set out in the Special Regulations,
and must be labelled as follows:
“TO BE OPENED ONLY DURING THE BID OPENING SESSION”

4.5. The bid bond may not be refunded in case:


a. the bidder withdraws its bid during the validity period;
b. within twenty (20) days of notification, the successful bidder fails to:
i. sign the Contract, or
ii. provide the required final bond.
4.6. The complete administrative file, technical and financial proposals must be submitted to the address indicated
on or before the date and time indicated in the Special Regulations. Any bid received after the deadline for
submission of bids shall be returned to the sender unopened.

4.7. After the deadline for submission of proposals, the administrative and technical documents shall be opened by
the Procurement Committee. The financial proposal shall remain sealed and shall be entrusted to the Chairperson
of the relevant Procurement Committee who shall keep it until all proposals are opened publicly.
5- Evaluation of proposals
5.1 General provisions
From the time the bids are opened to the time the contract is awarded, bidders shall not contact the
members of the Procurement Committee and the Sub-Committee on matters relating to their proposals and the
bids of third parties.
Any attempt by a bidder to influence proposals of the Procurement Committee regarding the evaluation and

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 17
comparison of proposals or the Contracting Authority's decisions on the award of the Contract may result in the
rejection of the bidder’s proposal.

5.2 Evaluation of technical proposals


The Tender Evaluation Sub-committee, established by the Procurement Committee, will evaluate the
technical proposals on the basis of their compliance with the Terms of Reference, using the evaluation criteria, sub-
criteria (typically not more than three per criterion) and the scoring system specified in the Special Regulations.
Each compliant proposal shall be given a Technical Score (TS). At this stage, a proposal shall be rejected if it does
not meet important aspects of the Terms of Reference, or if it fails to achieve the minimum technical score
indicated in the Special Regulations.
Upon completion of the technical quality evaluation, the Contracting Authority shall notify bidders whose
proposals did not meet the minimum qualifying score, indicating that their bids have not been accepted. Their
financial proposals shall therefore be returned to them on request, unopened at the end of the selection process.
At the same time, the Contracting Authority shall notify the bidders that have secured the minimum qualifying
score, indicating the date, time and place set for opening the financial proposals. This notification may be sent by
registered mail, fax or e-mail.

5.3 Opening and evaluation of financial proposals and appeals


The financial proposals shall be opened by the Procurement Committee in the presence of the bidders
representatives who wish to attend. During the opening session, the bidder’s name and the price proposed shall be
read aloud and recorded. The Contracting Authority shall take the minutes of the meeting.
In case the financial proposals are complete, (that is if all the items of the corresponding technical proposal
have been costed), the Evaluation Sub-committee shall correct any calculation errors and convert the prices given
in various currencies into CFA francs. The official exchange rates applicable, which are provided by BEAC, shall be
those in force on the deadline set for the submission of proposals. The evaluation shall exclude taxes, duties and
other charges as defined in paragraph 3.7.
In case of Quality Cost Based Selection, the lowest priced financial proposal (Lb) will be given a financial
score (Fs) of 100 points. The financial scores (Fs) of the other financial proposals will be calculated as indicated in
the Special Regulations. Proposals will be ranked according to their combined technical (Ts) and financial (Fs)
scores using the weights (T = the weighting for the technical proposal; P = the weighting for the financial
proposal;. T + P =100 as indicated in the Special Regulations. The bidder that has achieved the highest combined
technical and financial score will be invited for negotiations.

6- Negotiations
6.1. Negotiations will be held at the address indicated in the Special Regulations, between the Contracting
Authority and the bidder whose proposal will have been retained. The aim is to reach agreement on all points and
sign a contract.
In no way may negotiations be conducted with more than one bidder at a time. These negotiations, which must not
include unit prices, shall be confirmed by a report signed by both parties.
6.2. Negotiations will include a discussion of the technical proposal, the proposed methodology (work plan),
staffing, and any suggestions made by the bidder to improve the Terms of Reference. The Contracting Authority
and the bidder will then agree on the final Terms of Reference, staffing, and bar charts indicating activities, staff
employed, periods in the field and in the head office, working time expressed in months, logistics, and conditions
for preparing reports. The agreed work plan and final Terms of Reference will then be incorporated in the
“Description of Services” and form part of the contract. Special attention will be paid to getting the most the bidder
can offer within the available budget and to clearly defining the inputs required from the Contracting Authority to
ensure satisfactory implementation of the project.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 18
6.3. Financial negotiations mainly aim at specifying the bidder’s tax liability (if any) in Cameroon and Congo, and
the manner in which it will be reflected in the contract, they also take into account agreed technical modifications
in the cost of the services. Unless there are exceptional circumstances, financial negotiations shall not concern staff
remuneration rates (no breakdown of these rates) or other unit rates, irrespective of the selection method.
6.4. Having selected the bidder on the basis of an evaluation of proposed specialised staff, among others, the
Contracting Authority expects to negotiate a contract on the basis of the experts listed in the proposal. Before
contract negotiation, the Contracting Authority will require assurances that the proposed experts will be actually
available. The Contracting Authority will not consider substitutions during contract negotiations unless both parties
agree that undue delay in the selection process makes such substitution unavoidable or that such changes are
critical to meet the objectives of the assignment or that it adds value to the bidder’s performance. If this is not the
case and if it is established that key staff were offered in the proposal without confirming their availability, the
bidder may be disqualified.
6.5. The negotiations will conclude with a review of the draft form of the contract. On completion of negotiations,
the Contracting Authority and the bidder will sign the agreed contract. If negotiations fail, the Contracting Authority
will invite the bidder whose proposal received the second highest score to negotiate a contract.

7- Contract Award
7.1 Once the contract is signed following negotiations if any, the Contracting Authority shall award the contract and
publish the results.
7.2 The bidder is expected to commence the assignment on the date and at the location specified in the Special
Regulations.
8- Publication of award results and appeals

8.1. The Contracting Authority shall officially notify all bidders and administrations concerned of the award results
after the bids have been opened and analysed.
8.2. Upon request, the Contracting Authority is required to communicate the reasons for rejection of the bids of the
bidders concerned.
8.3. In the event of an appeal as provided for in the Public Contracts Code of both States, it must be addressed to
the authority in charge of public contracts, with copies to the public contracts regulatory body and to the
Procurement Committee chairperson. This appeal must be made within a maximum of five (5) working days after
the publication of results.

8.4. Following the publication of award results, tenders not withdrawn within a maximum period of fifteen (15)
days will be destroyed, with the exception of the copy intended for the public contracts regulatory body.
9- Confidentiality

Information relating to the evaluation of proposals and recommendations concerning awards shall not be
disclosed to the bidders who submitted the proposals or to other persons not qualified to participate in the selection
process, until the successful bidder has been notified that it has been awarded the contract.
10- Contract signature

10.1. After publication of the results, the draft Contract signed by the successful bidder shall be submitted to the
relevant Procurement Committee for adoption.
10.2. The Contracting Authority will have seven (7) days to sign the Contract from the date of receipt of the draft
Contract adopted by the relevant Procurement Committee and signed by the successful bidder.
10.3. The Contract shall be notified to the Contractor within five (5) days from the date of signature.
11- Final bond

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 19
11.1. The announcement of the results will also set the deadline for the successful bidder to sign the draft
contract. In case of failure to comply with this deadline, the Contracting Authority reserves the right to cancel the
award.
11.2. The bond, whose rate is set at 4% of the Contract amount, may be replaced by a bond from a bank
approved in accordance with the texts in force, and issued in favour of the Contracting Authority or by a personal
and joint bond.
11.3. Failure to provide the final bond within the prescribed time may result in the Contract’s termination as
provided in the GCC.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 20
Section 3

SPECIAL REGULATIONS OF THE OPEN INTERNATIONAL INVITATION TO TENDER


(SROIIT)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 21
Clauses
of the Specific information
SROIT
1.1 The Contracting Authority refers to the Ministers in charge of Energy of the States of Cameroon and Congo.
The Contracting Authority benefiting from the services: MINEE and MEH.
The services will be carried out on behalf of the States of Cameroon and Congo.
The selection method: quality - cost.
1.2 Name, purpose and description of the assignments:
This Open International Invitation to Tender aims at recruiting a Consulting Engineer to assist the
Contracting Authority in the control and monitoring of the design, construction and commissioning of the
Chollet Hydrolectric Project and associated power lines.
The assignments include the following:

 Assignment 1: Review and Validation of Studies


- Review and validation of the basic data of the Chollet Hydroelectric Project and associated power
lines (Hydrological, aerial and terrestrial topography, geological, geotechnical, ...);
- Control and validation of all studies (preliminary design study, detailed design study, execution
plans, etc.);
- Control and validation of the Environmental and Social Assessments and the resilience to the
harmul effects of climate change on the Chollet Hydroelectric Project and associated power lines;
- Review and validation of the Comprehensive Resettlement Plan (CRP), Social Influx Management
Plan (IMP), and Stakeholder Engagement Plan (SEP) of the Chollet Hydroelectric Project and
associated power lines;
- Review and validation of the operation model of the Chollet Hydroelectric Power Plant and
associated power lines;
- Review and validation of the Project logical framework;
- Review and validation of the integration and stability study of the Chollet Power Plant in the
interconnected grids of Cameroon (SIG) and Congo (IG);
- Review and validation of the Terms of Reference for a hydrological study of the Dja/Ngoko River;
- Review and validation of a financial model of the power plant.

 Assignment 2: Technical, legal and financial assistance

This phase will involve the review and validation of:


- the implementation of the work contract in accordance with the regulations in force in Cameroon
and Congo and in keeping with international best practices.
- the contracts for connection to the electricity networks, concession, operation and maintenance of
the power plant.

 Assignment 3: Control and monitoring of execution


This assignment will be carried out in line with the requirements of the contract between the
Consulting Engineer and the Contracting Authority as well as those of the contracts between the
other Partners (consulting firm and company carrying out the works) and the Contracting Authority
of the said Project.
The Consulting Engineer will prepare a procedure manual in order to specify the relation between
the various parties.
He will then set up a computer system to manage the procedures outlined in the manual.
 Assignment 4: Provisional and final acceptance of works
Throughout the Project’s duration, the Consulting Engineer will assist the Contracting Authority in
the various acceptance tests of the equipment and facilities to ensure the proper commissioning of
the Chollet Hydroelectric Development and associated power lines. The Consulting Engineer will
assist the Contracting Authority until the final acceptance of the works, equipment and installations,
scheduled for one (1) year after the provisional acceptance; this will be done after the lifting of all
reservations.
 Assignment 5: Capacity building
The contractor shall ensure the capacity building of the Contracting Authority and skills transfer
during the design, construction and operation phases according to the needs to be expressed by

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 22
both countries.
 Assignment 6: Creation of an IT system for the Project
This task will consist of the physical and digital archiving with a tree structure of the video library and the
Geographic Information System (GIS) of all the documents of the Project.

All the assignments constitute one (1) single lot.

The contractor’s assignments are described in more detail in the Terms of Reference.
1.3 The mission includes several phases: yes.

1.4 Pre-proposal conference: yes.

1.5 Preliminary reconnaissance mission of the Project site organised by the Project Management in which all
bidders must participate: yes. This will be followed by a report.

Additional technical information can be obtained from the Chollet Project Management in Brazzaville,
Republic of Congo.

The Contracting Authority or the delegated Contracting Authority will provide the bidders with all the
documentation necessary for the preparation of their bids.

The Contracting Authority will consider the need to ensure some continuity for downstream activities: yes.

1.8 The Contracting Authority requires bidders and their co-contractors to adhere to the highest standards of
professional ethics during the procurement and execution of such contracts. In pursuit of this policy, the
Contracting Authority:
a. defines, for the purposes of this clause, the terms set forth below as follows:
i. “corruption” refers to any person who offers, gives, requests or accepts any advantage to influence
the action of a public official during the award process or execution of a contract;
ii. “Fraudulent practice” refers to distortion or misrepresentation of facts in order to influence the award
process or execution of a contract;
iii. “Collusive practice” means any form of arrangement between two or more bidders (with or without
the knowledge of the Contracting Authority), designed to establish bid prices at artificial, non-
competitive levels;
iv. “Coercive practice” means harming or threatening to harm persons or their property to influence
their participation in the award process or affect the execution of a contract.
b. will reject a recommendation for award if it determines that the bidder recommended to be awarded the
contract has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices
in competing for the Contract in question.

2.1 Clarifications may be requested fifteen (15) days prior to the bid submission date.
Any bidder wishing to obtain clarification of the Open International Tender Documents may make a request
in writing, by telegram, fax or telex, to the Contracting Authority through the Chollet Project Management
(CPM).
In case of discrepancies between the Tender Notices, the French version shall prevail.

3. Preparation of proposals

Proposals must be written in French or English (with translation into French).

3.1 Bidders are permitted to form a consortium.

i. The contract to be awarded following the Open International Invitation to Tender shall last for seventy
(70) months.

ii. The staff proposed in the key positions must have at least the following experience:
No. Title or position Qualification Number Specific experience
applied for of years
of

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 23
experien
ce
Experience in hydroelectric and
Civil Engineer or
hydraulic schemes, with at least 20
Hydraulic
years of professional experience,
Engineer
including at least 15 years as a project
1 Project Manager (minimum 5 years ≥20
manager, team leader, or member of an
of higher
independent expert panel in the control
education ) or
and monitoring of hydroelectric schemes
equivalent
with a capacity of 600 MW or more
Expert with fifteen (15) years of
professional experience including at
least five (5) years working for the
Consulting Engineer as Resident-Site
Civil Engineer Development Manager for dam works.
Resident-Site (minimum 5 years He/she should have experience in
2 Development of higher ≥15
studies, construction, project
Manager education) or
equivalent management or assistance to the
Contracting Authority as the Chief
Resident-Development in similar Projects
with a capacity of 600MW or more
each.
Expert with fifteen (15) years of
professional experience. He/she must
have experience in studies, construction
Civil Engineer
or project management or assistance to
Structural (minimum 5 years
3 ≥15 the project owner with a good mastery
Engineer of higher
of structure modeling (dams,
education)
roads/engineering structures/buildings,
electrical support infrastructures,
transformer substations).
Expert with at least fifteen (15) years of
experience in hydrological studies,
construction, project management or
assistance to the project owner. He/she
must be an expert in the reconstruction
Hydrologist (5 of watershed hydrological data. He/she
years of higher
4 Hydrologist ≥15 must have experience in studies,
education) in
construction or project management or
hydrology
assistance to the project owner as a
Hydrological Expert in at least one
hydroelectric project. Knowledge of the
hydrological context of the Congo basin
will be an asset.
Expert with at least fifteen (15) years of
professional experience in studies,
Geophysical or
construction, project management or
Geological
assistance to the project owner as a
Resident Engineer or
5 ≥15 Geological Expert in at least one
Geologist Master's Degree
hydroelectric Project. He/she will be
(5 years of
responsible for the analysis and
higher education)
interpretation of all geological studies in
the project area.
6 Resident Civil Engineer or ≥15 Expert responsible for the supervision of
Geotechnician Geotechnician (5 borrow and quarry operations,
years of higher excavation and backfill works. He/she
education)
must have at least fifteen (15) years of

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 24
professional experience in geotechnical
studies, construction, project
management or assistance to the
Contracting Authority. He/she must have
participated in at least one hydroelectric
project with a capacity of 200 MW or
more. He/she will be involved in
quarrying and borrowing operations,
excavation work and will stay on site
throughout the duration of the work.
Expert with at least fifteen (15) years of
professional experience. He/she must
have participated in study and design
projects, the design of hydro-mechanical
Electrical / and hydraulic equipment for
Mechanical / hydroelectric developments (protection
Electro- Electro- valves, canals, pipes, spillways, flushing
7 mechanical mechanical ≥15 gates) with a capacity of 600MW or
Engineer Resident Engineer more each. He/she will take part in the
(5 years of preparation of numerical and physical
higher education) models. He/she will be involved in the
studies review phase and throughout
the installation of the hydro-mechanical
equipment, pressure pipes and
openings.
Expert with at least fifteen (15) years of
experience in the design and
construction of hydroelectric
developments equipped with turbines.
He/she must be specialised in the
development of guides and methods for
Hydraulic/
Mechanical/ the operation and maintenance of the
Resident Turbine Hydro-mechanic said turbines. He/she will be involved in
8 ≥15
Engineer Engineer the studies review phase and will
(5 years of higher monitor the manufacturing and factory
education) testing of turbine generators. He/she
must have experience in studies or
project management or assistance to
the Contracting Authority as a Turbine
Expert in similar projects with a capacity
of 600MW or more each.
Expert with fifteen (15) years of
professional experience. He/she must
have participated in at least one project
involving the construction of electricity
Electrical/Electro-
lines, the installation of extra high
technical
Resident Electrical voltage (EHV) pylons (minimum 400kV),
9 Engineer ≥15
Engineer cables pulling, and the construction of
(5 years of higher
foundations for transformer substations
education)
with a capacity of 200MW or more.
He/she will participate in the validation
of studies and the monitoring of line
construction works.
10 Resident Electrical/Electro- ≥15 Expert with fifteen (15) years of
Substation technical professional experience. He/she must
Engineer Engineer have experience in studies, construction,
(5 years of higher project management or assistance to

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 25
the Contracting Authority as a
Substation Engineer (minimum 400kV).
He/she must have participated in at
least one similar project with a capacity
of 200MW or more. He/she should be
an engineer specialised in the design of
education)
overhead electrical substations with in-
depth knowledge of transformers and
the maintenance of substation
equipment. He/she will participate in the
validation of studies and the monitoring
of substation construction works.
Expert with fifteen (15) years of
professional experience. Engineer
specialised in the design of
telecommunications and remote control
systems for electricity transmission
Telecommunicatio
Telecommunicatio ns/Electronics infrastructure in connection with SCADA,
ns/Remote Engineer he/she will participate in the validation
11 ≥15
Control (minimum 5 years of studies and the monitoring of works.
Expert of higher He/she must have experience in studies,
education) construction, project management or
assistance to the Contracting Authority
as a Telecommunications/Electronics
Expert in similar projects with a capacity
of 200MW or more.
Expert with fifteen (15) years of
professional experience. Engineer
specialised in the design of SCADA for
Electrical, electricity transmission infrastructure,
Telecommunicatio he/she will participate in the validation
ns/Electronics of studies and the monitoring of SCADA
12 SCADA Expert Engineer ≥15
operations. He/she must have
(minimum 5 years
of higher experience in studies, construction,
education) project management or assistance to
the Contracting Authority as a SCADA
Expert in similar projects with a capacity
of 600MW or more each.
Expert with fifteen (15) years of
professional experience. Engineer
specialised in the study and the
implementation of digital protection for
Electrical/
EHV and HV electric networks He/she
Electromechanical
will participate in the validation of
Resident Relay /Electrotechnical
studies and the monitoring of relay
13 Protection Engineer ≥15
protection works. He/she must have
Engineer (minimum 5 years
experience in studies, construction,
of higher
project management or assistance to
education)
the Contracting Authority as a Relay
Protection Engineer in similar projects
with a capacity of 600MW or more
each.
14 Embankment, Civil Engineer ≥15 years Expert with at least fifteen (15) years of
Dykes and Rockfill (minimum 5 years professional experience. He/she must
Expert of higher have participated in the preparation and
education) supervision of hydroelectric
development works. He/she will be

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 26
responsible for the supervision of the
implementation of the embankment
dams and the quality of the soil. He/she
will be mobilized during the execution of
the earth and rockfill dikes. He/she
must have experience in studies,
construction, project management or
assistance to the project owner as a Civil
Engineering/Rural Engineering Expert in
at least one project involving the
construction of a water reservoir of 60
m height or more.
Expert with at least fifteen (15) years of
experience in the design and placement
of conventional concrete dams. He/she
will be responsible for monitoring the
Civil Engineer
concrete placement, including concrete
Concrete and (minimum 5 years
15 ≥15 years batching plant and screening/crushing
Aggregate Expert of higher
tests, as well as concrete development
education)
tests and test boards. He/she must have
been involved in at least one concrete
dam project with a capacity of 400 MW
or greater.
Expert with at least fifteen (15) years of
professional experience in the
management of contracts for studies,
construction and supervision of
infrastructure works in Cameroon or
Congo. He/she shall have proven
expertise in the public contracts code of
University degree Cameroon and Congo and in FIDIC
16 Contract Expert (5 years of higher ≥15 standards. The Expert will be
education) responsible for ensuring that at least
30% of the Chollet Hydroelectric Project
and associated power lines is executed
by local Cameroonian and/or Congolese
companies. He/she must have
participated in at least one concrete
dam project of 200MW capacity or
more.
Expert with at least fifteen (15) years of
professional experience in studies,
construction and supervision of
infrastructure works in Cameroon or
Financial Expert Congo. He/she must have proven
or Engineer (5 expertise in Financial Markets as well as
17 Financial Expert ≥15
years of higher experience in studies, project
education) management or assistance to the
Contracting Authority as a Financial
Expert or in at least one similar project
of capacity greater than or equal to
200MW.
18 Legal Expert Degree in Law (5 ≥15 Expert with at least fifteen (15) years of
years of higher professional experience in studies,
education) construction and supervision of
infrastructure works in Cameroon and/or
Congo; He/she must have experience in
studies, construction, project
management or Assistance to the
Contracting Authority as a Legal Expert
in at least one similar Project with a

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 27
capacity greater than or equal to 200
MW.
Expert with at least fifteen (15) years of
professional experience in studies,
construction and supervision of
infrastructure works in Cameroon or
Congo. He/she must have proven
Degree in expertise in Financial Markets with a
Insurance (5 minimum of five (5) years experience in
19 Insurance Expert ≥15
years of higher insurance. He/she should have
education) experience in studies, construction,
project management or assistance to
the Contracting Authority as an
Insurance Expert in at least one similar
project with a capacity of 200MW or
more.
Expert with at least fifteen (15) years of
professional experience in the field of
occupational medicine. He/she should
have expertise in the management of
health issues related to the
General
implementation of infrastructure projects
practitioner
Occupational that have employed at least 1,000
20 (minimum 7 years ≥15
Health Physician people. The Physician will be responsible
of higher
for defining, implementing and
education)
monitoring the health strategy in the
Project area.

He/she must be a Cameroonian or


Congolese citizen.
Expert specialized in the
control/supervision of actions related to
the implementation of environmental
and social due diligence, with fifteen
Degree (15) years of professional experience in
in Environmental environmental and social assessment
Environmental
21 Sciences (5 years ≥15 studies of hydroelectric development
Expert
of higher projects. He/she must have experience
education) in studies, construction, project
management or assistance to the
project owner as an Environmental
Expert in at least one similar project
with a capacity of 200 MW or more.
Expert in social sciences with at least
fifteen (15) years of professional
experience in conducting socio-economic
studies and social engineering
Socio-Economic Degree in social assessment. He/she must have
Expert sciences (5 years
22 ≥15 experience in studies, construction,
of higher
project management or assistance to
education)
the Contracting Authority as a Socio-
Economic Expert in large-scale
infrastructure projects with a value of
100 billion CFA francs or more.
23 Expert Diploma in ≥15 Expert with a good knowledge of the
Anthropologist Anthropological anthropological environment of the

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 28
Project area. He/she should have at
least fifteen (15) years of experience in
anthropological studies of infrastructure
projects.
Sciences (5 years
He will participate in conducting ESIA,
of higher
RAP, IMP, SEP studies. He/she must
education)
have experience in studies, construction,
project management or assistance to
the Contracting Authority as an Expert
Anthropologist in large-scale
infrastructure projects in forest areas.
Expert with at least fifteen (15) years of
professional experience and having
participated as a Topographic Expert in
Diploma of
bathymetry, lidar and ground surveys in
Topographic
studies, construction, project
Topography Engineer/
24 ≥15 management or Assistance to the
Expert Surveyor (5 years
Project Owner, in hydroelectric projects
of higher
and power transmission lines. He will be
education)
mobilized for the entire duration of the
construction work for all topography-
related issues.
Expert with at least fifteen (15) years of
professional experience and a very good
Degree in GIS/
Geography/Geom mastery in setting up Geographic
Geographic Information Systems. He/she must have
atics
Information
25 GIS / Geomatics ≥15 years had experience in studies, construction,
System (GIS)
Degree (5 years project management or assistance to
Expert
of higher the Contracting Authority as a GIS
education) Expert in hydroelectric or electricity
transmission line projects.

Reports related to the assignment shall be drafted in French or English (with translation into French).

N.B: Under pain of rejection, all supporting documents submitted under this consultation
notice must be certified and, if necessary, translated into English or French by a sworn
translator.

Experts should each have at least 15 years of experience in the execution of similar projects.

iv. Additional information to be provided in the technical proposal is listed in Section 4.6.1 (b) following the
Special Regulations.

Taxes: This Contract is subject to the tax regulations in force in Cameroon or Congo.
The item "Local Expenses" must be expressed in the national currency (CFAF): YES.

Proposals shall remain valid for one hundred and twenty (120) days after the submission date.

4. Submission, receipt and opening of proposals

4.3 Bids must be submitted in ten (10) copies, one (1) original and nine (9) duplicates marked as such, using
the double envelope system.

4.4 Each Bid drafted in French or English (with a French translation) must be submitted in ten (10) physical
copies including one (1) original and nine (9) copies, labelled as such with a version on digital format (CD or
Flash drive). It should be sent no later than........................ at 2:30 pm, Central African time, to one of the

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 29
following addresses:

For Cameroon:
MINISTRY OF WATER AND ENERGY
P.O. Box: 70 Yaounde-Cameroon
Tel.: (+237) 222 22 34 00
Fax: (+237) 222 22 61 77
E. mail : cabinet.minee@gmail.com

For Congo:
MINISTERE DE L’ENERGIE ET DE L’HYDRAULIQUE
Immeuble Mines et Energy , Rond-point du CCF
P.O. Box: 2120 - BRAZZAVILLE-CONGO
E. mail : secretariatcentral.meh@gmail.com

CHOLLET PROJECT MANAGEMENT UNIT


Immeuble Energie Electrique du Congo “ E2C. SA “
Avenue Felix EBOUE next to the Russian Embassy
P.O. Box: 103 - BRAZZAVILLE-CONGO
Tel.: (+237) 677 61 40 83
Tel.: (+242) 06 669 79 95
Email:direction@chollet-projet.cg
Each bid, not bearing the company name, must be labelled as follows:

“OPEN INTERNATIONAL INVITATION TO TENDER FOR THE SELECTION OF A CONSULTING


ENGINEER TO ASSIST THE CONTRACTING AUTHORITY IN THE CONTROL AND MONITORING
OF THE DESIGN, CONSTRUCTION AND COMMISSIONING
OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND ASSOCIATED POWER
TRANSMISSION LINES”
“To be opened only during the bid opening session”

Note: Files submitted electronically will be declared non-compliant and rejected.


Bids received after the deadline (date and time) will be inadmissible.

The different documents of each Bid shall be numbered following the order of the OITF and separated by
dividers of identical colour.

4.6.1 a). Volume 1: The administrative file shall consist of the following documents:
a0 A stamped Letter of Intent to bid.
A1 A duly notarized grouping agreement, where need be, and proving that document a3 is produced by
the national Consulting Firms; the Grouping Agreement must define the roles of each member of the group.
It must also show that the members of the grouping will be jointly and severally liable for their Bid and
during the execution of the Project.
a2 The original of the provisional bond, in the amount specified in the Open International Invitation to
Tender (document 1 of the Tender Documents), in compliance with the model (document 9-2 of the
Tender Documents) and valid for one hundred and twenty (120) days from the deadline set or
submission of bids (bank or certified cheques are not accepted).
a3 The original of the debt clearance certificate dated less than three (3) months.
a4 A statement of the tax situation.
a5 The original of the certificate of non-bankruptcy issued by the competent authorities of the country
of origin, dated less than three (3) months, or what serves as such.
a6 The original of the certificate signed by the Director of the National Social Insurance Fund of
Cameroon or the National Social Security Fund of Congo, or from one of his duly authorised
representatives, certifying that the bidder has actually paid the amounts due to the fund;
a7 A certificate of non-exclusion from public contracts issued by the Public Contracts Regulatory Agency
(ARMP).
a8 The original of the bidder’s bank domiciliation certificate (or of the authorised representative, in the

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 30
case of a grouping) issued by a first class bank approved by the Minister of Finance of Cameroon or
Congo.
In the case of a grouping, all the members shall each submit a complete administrative file, with
the exception of documents a0, a2, a10, a12, which shall be presented by the authorised
representative.
a9 The balance sheet for the past three years, duly certified by a chartered accountant;
a10 The receipt for the purchase of the Tender Documents of the non-refundable amount of CFAF
10,000,000 (ten million).
a11 The power of attorney according to the model (Section 9-5) if the bidder is acting as a
representative of a grouping.
a12 The capacity to pre-finance its services to the tune of CFAF 1,000,000,000 (one billion), or its
equivalent in foreign currency, guaranteed by an approved bank in Cameroon, Congo or in the
bidder's country.
The above administrative documents must be less than three (3) months old.
In the case of a grouping, all the members shall each submit a complete administrative file,
with the exception of documents a0, a2, a8, a10, which shall be presented by the authorised
representative.
International firms must present all official documents attesting to their legal existence in
their country of origin (documents a0, a1, a4, a7, a8, a9 and a10 and/or any document
justifying the firm's domicile, statutes, trade and property register and tax situation).

b). Volume 2: The technical file shall contain the following documents referred to in section 3.1
of the General Regulations of the invitation to tender:
The bidder is required to submit a technical bid that includes:
b1. An analysis of the services to be performed, the technical approach and the methodology
envisaged.

b2. A list indicating the specialised staff, together with the curriculum vitae of each staff member in
accordance with the attached model, as well as a description of the proposed tasks for each.
All CVs should be dated and signed. Engineers proposed for the various positions must be
regularly enrolled in the professional associations in the country where they are
members.

Civil Servants should provide a legalised sworn statement which shall automatically
trigger the procedure for their availability to the Bidder in the event of award. In the event
of an award, civil servants concerned will be required to provide a certificate of availability
or termination of employment in accordance with the regulations in force.
The proposed staff will only be eligible for evaluation if the required supporting
documents, dated within three (3) months and relating to the said staff, are provided and
duly signed as certified copies for diplomas, and the CVs signed and dated. Foreign
diplomas should be translated into English or French.

b3. Any other document that the bidder deems useful.


b4. The references of the Consulting Engineers Firm specifying:

- references in the project management of hydropower plants;


- references in the project management of hydroelectric developments with RCC dams;
- references in the project management of hydroelectric rockfill dams;
- references in the project management of works in Africa.
NB: The references of the Consulting Engineers Firm will only be taken into account if
the bidder attaches extracts of the contracts (to evaluate the place and the
nature of the service, the first page and the page of signatures of the contracts,
the addresses of the various Contracting Authorities, the technical specifications
requested and the acceptance certificate or completion certificate).

b5. The technical and material resources to be put in place and in particular:
 a geotechnical data processing software (e.g. SEEP/W, SLOPE/W) etc., with licence;
 hydrological modelling software;
 hydraulic modelling software;
 finite element structural design software, dam monitoring software;
 topography equipment and corresponding software (electronic total station including accessories,

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 31
automatic level with minimum enlargement (30 x) including accessories, metal strip 100m long,
metal strip 30m long, measuring staff 2m long);
 design software (CAD);
 Geographic Information System (GIS) implementation software;
 for in-house developed software, attach a brochure;
 software for HV and EHV network stability studies;
 software for the calculation of steel structures for pylons;
 staff protection equipment;
 computer equipment for on-site staff (latest generation laptop including operating system and
antivirus, A4, A3 and A0 multifunction colour printer, A3/A4 photocopier, GPS, digital camera with
memory card of at least 5 Gigabytes, camcorder, mobile phones, office consumables);
 equipment or material for monitoring and control (geotechnical, hydrometeorological, hydraulic,
environmental, sanitary) of the works.

NB: The equipment may be owned by the company or rented with supporting documents
(purchase receipt or lease contract + certificate of ownership of the equipment by the
lessor).

c). Volume 3: The financial proposal shall consist of the following documents:

c1 A signed and stamped submission form (see model in section 5.1).


c2 Summary of cost (see model in section 5.2).
c3 Breakdown of costs per activity (see model in section 5.3).
c4 Unit cost of key staff (see model in section 5.4).
c5 Unit cost of operational staff (see model in section 5.4).
c6 Breakdown of remuneration per activity (see model in section 5.5).
c7 Refundable expenses per activity (see model in section 5.6).
c8 Miscellaneous expenses (see model in section 5.7).
c9. Unit price schedule form (see model in section 5.8).
c10. Detailed estimate with amounts excluding VAT and including all taxes (see model in section 5.9).
c11. Unit price sub-detail provided by the bidder (see model in section 5.10).
c12. Breakdown of the lump sum prices by the bidder. 
c13. A document presenting the adapted financing strategy, helping to comply with the project
schedule and financial resources of the bidder (or bidders in the case of a consortium).

4.6.2 Bidders' proposals must be deposited at the Project Management Unit, Immeuble Energie
Electrique du Congo " E²C. SA", Avenue Felix EBOUE, next to the Russian Embassy, no
later than on ___________ at 2.30 p.m, Central African Time.

The opening of bids will take place in a single phase at the Project headquarters as indicated in points 4.6;
4.7; 5.2 and 5.3 of the General Regulations Section 2, in the presence of bidders or their duly authorised
representatives, having perfect knowledge of the file.

The evaluation of financial bids will only concern bidders that will have obtained a technical score equal to
or greater than 70 points out of 100, after the analysis of the technical bids.

4.6.3 Additional technical information can be obtained from the Chollet Project Management Unit in Brazzaville,
Republic of Congo at the above-mentioned address.

5. Evaluation of proposals
Bids evaluation criteria

A- Eliminatory Criteria
 Incomplete administrative file;
 Absence of the bid bond;
 False declaration;
  Falsified documents;
 Technical score below 70/100;
 Lack of provisional bond;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 32
 Lack of pre-financing capacity;
 Submission form not signed by the authorised person;
 Tender not submitted in the envelopes as requested in the General Instructions to bidders;
 Late receipt of the Bid;
 Attempt to influence the authorities or any public official in Cameroon and Congo in the bid
evaluation process without any official and direct request.

b-Essential criteria
 References of the Consulting Engineers Firm: 10 points;
 Staff qualifications and experience: 60 points;
 Technical and material resources: 10 points;
 Understanding of the assignment: 20 points.

c- Evaluation of financial bids


Only the financial bids of bidders whose technical offer will have been declared admissible after the
examination of the conformity of the administrative documents (1st stage) and the technical evaluation
(2nd stage) will be evaluated and rated according to the following criteria:
Fisa = ALb x 100
BAa
Fisa = Financial score of the bidder BAa = Bidder's assessed amount (a)
(a)
excluding VAT
ALb = Amount of the lowest bid LBFs = Lowest bidder financial score (100)
excluding VAT
A weighting shall be made between the technical and financial scores to obtain the final score S
(technical-financial score) using the formula below:
S = [(70 x Technical Score) + (30 x Financial Score)] / 100 Total: 100
The minimum technical score is 70/100

Below is the formula used to get the financial scores:

Fisa = ALb x 100


BAa
NFia = Financial score of the bidder MSa = Bidder's assessed amount (a)
(a)
excluding VAT
ALb = Amount of the lowest bid LBFs = Lowest bidder financial score (100)
excluding VAT

The respective weights assigned to the technical and financial proposals are:
T = 0.7 and
F = 0.3
The final score (FS) for each bidder will be obtained as follows:

FS=Ts x 70 + Fis x 30

100

where FS = Final Score; Ts = Technical Score; Fis= Financial Score

The assignment begins from the date of notification of the Service Order to start work.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 33
Section 4

TECHNICAL PROPOSAL
STANDARD FORMS

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Associated Power Lines
Page 34
Section 4

4.1. Technical proposal submission form.

4.2. Bidder’s references.

4.3. Comments and suggestions of the Bidder on the Terms of Reference and on data, services, and facilities to be
provided by the Contracting Authority.
4.4. Description of the methodology and work plan for performing the assignment.
4.5. Team composition and task of its members.

4.6. Format of curriculum vitae (CV) for proposed specialised personnel.

4.7. Time schedule for specialised personnel.

4.8. Activity (work) schedule.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 35
4.1. TECHNICAL PROPOSAL SUBMISSION FORM

[Location, date]

To: [Name and address of Contracting Authority]

Sir / Madam,

We, the undersigned, offer to provide our consulting services for [Title of consulting

services] in accordance with the Open International Invitation to Tender dated

[Date] and our Proposal. We are hereby submitting our technical proposal.

If negotiations are held during the proposal’s validity period, i.e., before [Date],

we undertake to negotiate on the basis of the proposed staff listed in this form. Our proposal is binding upon us

and subject to any modifications resulting from contract negotiations.

We understand that you are under no obligation to accept any Proposal you receive.

We remain Yours sincerely,

Authorised signature: Name and title of


signatory:
Bidder’s name:
Address:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 36
4.2. BIDDER’S REFERENCES

Services provided during [indicate the number from 1 to 5]


Using the format below, provide information on each important assignment for which your company/entity was
contracted, either individually as a corporate entity or as one of the major companies within a consortium.

Assignment Title: Country:

Location: Specialised staff provided by your

company/entity(profiles):
Name of Contracting Authority: Number of employees who participated in
the assignment:

Address: Number of months of work:


Duration of assignment:

Deadline:

Start date: Completion date: Approx. value of services


(month/year) (month/year) (in CFAF excl. VAT):

Name of associated service providers / potential partners: Number of months of work for
the specialised staff

provided by associated service

Name and functions of senior staff (Project Director/Coordinator, Team Leader) involved:

Project description:

Description of actual services provided by your staff:

Bidder’s name:

Provide supporting documents

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 37
4.3. COMMENTS AND SUGGESTIONS OF THE CONSULTANT ON THE TERMS OF REFERENCE AND ON
DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE CONTRACTING AUTHORITY

On the Terms of Reference:

1.

2.

3.

4.

5.

On the data, services, and facilities to be provided by the Contracting Authority:

1.

2.

3.

4.

5.

4.4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE
ASSIGNMENT

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 38
4.5. TEAM COMPOSITION AND TASK OF ITS MEMBERS

1. Technical/management staff
Name Position Responsibilities

2. Support staff (Head office and local office)


Name Position Responsibilities

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 39
4.6. FORMAT OF CURRICULUM VITAE (CV WITH PICTURE) FOR PROPOSED SPECIALISED STAFF

Position: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.
Name of bidder: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Name of employee: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Occupation : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Diplomas: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Date of birth: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Nationality: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Years with the bidder: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Membership in professional associations/groups: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Specific tasks
assigned: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.......................................
Key Qualifications:
[In about half a page, give an outline of employee’s training and experience which are the most relevant for their
responsibilities in the assignment. Describe the responsibility held by staff member during previous assignments and
provide dates and
locations.] . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.............................................................

Education:
[Summarize university and other specialized education of the employee, with names and addresses of schools or
universities, dates attended, and degrees obtained. Use about one quarter of a page]
Attachments:
- Certified copy of the highest diploma and possibly a certificate from the professional association.
- Certificate of availability.
......................................................................................
......................................................................................
Employment record:
[On about two pages, starting with present position, list in reverse order every employment held. List all positions held
by the employee since graduation, with dates, name of employer, title of position held, and location of assignments.
For experience over the past ten years, also give types of activities performed and client references, where
appropriate]
.....................................................................................
......................................................................................
Computer skills:
[Indicate level of knowledge.]
......................................................................................
......................................................................................
Languages:
[For each language indicate proficiency: poor, fair, good, excellent, with regard to the language
reading/speaking/writing.]
.....................................................................................
......................................................................................
Certification:
I, the undersigned, certify to the best of my knowledge that the above information accurately describes my situation, my
qualifications, and my experience.

...............................
...............................

Date: . . . . . . . . . . . . . . . . . . . . . . . .
Day/Month/Year

[Signature of employee and authorized representative of the bidder.]


Name of employee: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Name of authorised representative: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.......................................................................................

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 40
...

4.7. TIME SCHEDULE FOR SPECIALISED STAFF

Name Position Reports Months (in the form of a bar chart)


due/activities

1 2 3 4 5 6 7 8 9 10 11 12 Number
of months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time: Part-time:
Reports due
Activities Duration:

Signature:
(Authorised representative)
Name:

Title:
Address:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 41
4.8. ACTIVITY (WORK) SCHEDULE

A. Specify the nature of activity


[Months from the start of assignment]

1st 2n 3rd 4th 5th 6th 7th 8th 9th 10t 11t 12t
d h h h
Activity (work)

Completion and submission of reports


Reports Date

1. Initial report

2. Progress reports
2.1 Quarterly reports
a. Quarterly report No.1
b. Quarterly report No.2
c. Quarterly report No.3

2.2 Annual reports


a. Annual report No.1
b. Annual report No.2
c. Annual report No.3

3. Draft final report

4. Final report

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 42
Section 5

FINANCIAL PROPOSAL
STANDARD TABLES

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 43
NOTE ON THE FINANCIAL PROPOSAL

The services to be performed under a contract shall be paid for either by lump-sum prices applied to all or
part of the contract, regardless of the quantities, or by unit prices applied to the quantities actually provided. A
lump-sum price is any price that remunerates the contractor for a set of services, a structure or part of a
structure, as defined in the Contract.
Fixing a lump-sum price is compulsory if the services are clearly defined at the time the Contract is
signed.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 44
Section 5

LIST OF STANDARD FORMS

5. 1. Financial Proposal submission form


5. 2. Summary of costs
5. 3. Breakdown of costs per activity
5. 4. Unit cost of key staff
5. 5. Unit cost of operational staff
5. 6. Breakdown of remuneration per activity
5. 7. Refundable expenses per activity
5. 8. Miscellaneous expenses for unit price contracts
5. 9. Unit price schedule form
5. 10. Detailed estimate form
5. 11. Unit price sub-detail form
1. Elementary unit price (see 5.4, 5.5 etc.)
2. Breakdown of unit prices
3. Refundable costs, if any

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 45
5.1. FINANCIAL PROPOSAL SUBMISSION FORM

[Location,
date]
To: [Name and address of Contracting Authority]

Sir / Madam,
We, the undersigned, offer to provide our consulting services for [Title of consulting services] in
accordance with the Open International Invitation to Tender No. [indicate] dated [Date] and our
Proposal (Technical and Financial Proposals).

Our attached Financial Proposal amounts to [amount in words and figures and the allocation key CFA
francs/currency, if applicable]. This amount is net of taxes, duties and fees, which has been estimated
at [amount(s) in words and figures].

Our Financial Proposal shall be binding upon us subject to any modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., until [date].

We understand that you are under no obligation to accept any Proposal you receive.
Yours sincerely,

Authorised signature: Name and title


of signatory:
Name of bidder:
Address:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 46
5.2- SUMMARY OF COSTS
BREAKDOWN OF COSTS PER ACTIVITY Amount (s)
CFA F

Subtotal

Taxes, duties, fees and other charges

Total amount of financial proposal

BREAKDOWN OF COSTS PER ACTIVITY

Amount (s) excl.


Cost components VAT
CFA F

1- Contract coordination and administration

Remuneration

Refundable expenses

Subtotal

2- Review and validation:


of studies (preliminary design, detailed design, SEA, etc.)
and Tender Documents of the Project
and operation documents (manuals etc...)

Remuneration

Refundable expenses

Subtotal

3- Reports

Remuneration

Refundable expenses

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 47
5.4. UNIT COST OF KEY STAFF

Qualification/ Cost per hour Monthly


No. Name and Surname Position Daily cost cost

[Headquarters]
[Field]

5.4.1 Breakdown per cost unit

5.4.2 Breakdown per unit price and duration

Monthly Annual
Name and Positi Duration
No. Unit price Cost Cost
Surname on (P-M)*
in CFA F in CFA F
Key Experts
E-1 [Head office]
[Field]
E-2

Support Staff
A-1 [Head office]
A-2 [Field]

Total Cost

N.B *: 1 person-month = 22 working days and 1 day = 8 working hours.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 48
5.4.3. BREAKDOWN OF REMUNERATION

TASK 1 - CONTRACT COORDINATION AND ADMINISTRATION

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

TASK 2 - VERIFICATION AND APPROVAL OF STUDIES AND EXECUTION PLANS

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

TASK 3- SUPERVISION AND MONITORING OF WORKS ON THE SITE

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

TASK 4 - STUDY OF THE INTEGRATION OF THE POWER PLANT INTO THE INTERCONNECTED
NETWORKS

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

TASK 5 - FACTORY AND SITE ACCEPTANCE OF EQUIPMENT

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

TASK 6 - TRAINING

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 49
TASK 7 - REPORTS

No. NAME Position LOCATION No. of P-M Unit Price Total Price
CFA F CFA F
Field Head
office

5.4.4 BREAKDOWN OF OTHER COSTS

TASK 1 - CONTRACT COORDINATION AND ADMINISTRATION

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car Rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s staff        

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 50
TASK 2 - VERIFICATION AND APPROVAL OF STUDIES AND EXECUTION PLANS

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s staff        

TASK 3- SUPERVISION AND MONITORING OF WORKS ON THE SITE

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 51
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s staff        

TASK 4 - STUDY OF THE INTEGRATION OF THE POWER PLANT INTO THE INTERCONNECTED
NETWORKS

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 52
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s staff        

TASK 5 - FACTORY AND SITE ACCEPTANCE OF EQUIPMENT

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 53
Perdiem of the Contracting Authority and
11
Contractor’s staff        

TASK 6 - TRAINING

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s Contracting staff        

TASK 7 - REPORTS

Unit Price
Total Price
No Quantit
DESCRIPTION Unit EXCLUDING
. EXCLUDIN y
TAX
G TAX
1 Accommodation costs        
1.1 Accommodation        
1.2 Catering        

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 54
2 International trips        
2.1 Travel expenses        
2.2 Communication costs        
Equipment, instruments,
3
material, supplies        
3.1 Folding in and out        
3.2 Costs of various exemptions        
3.3 Insurance        
4 Reproduction of plans and reports        
4.1 Plans reproduction        
4.2 Reports reproduction        
5 Sending of reports        
6 Dispatch of personal belongings        
7 Local transport (plane, car)        
7.1 Plane        
7.2 Car rental        
7.3 Car purchase        
7.4 Vehicle operation        

8 Fees for visits to existing and projected


infrastructure on the territories of both countries        

9 Training of the Contracting Authority and


Contractor’s staff        
International travel expenses
10
of the Contracting Authority and Contractor’s staff        
Perdiem of the Contracting Authority and
11
Contractor’s staff        

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 55
5.5. UNIT PRICE SCHEDULE FORM
Article 1: General provisions
The Consulting Engineer is deemed to have full knowledge of all the requirements for the performance
of the services and of the local conditions likely to affect such performance and its cost.
Therefore, he/she may not make any claim, except under the conditions provided for in this contract.
The services carried out by the Consulting Firm will be paid for by applying the prices in the schedule
form to the quantities actually implemented and evaluated according to the clauses of the Contract.
The prices in the price schedule include all costs for labour, supply, lease, depreciation, operation and
maintenance of the equipment, transport costs for the staff, allowances, bonuses, insurance costs and
social security contributions for the various staff, transport costs for the equipment and all other
incidental expenses.
Article 2 : Price schedule
The prices in the schedule shall be given exclusive of VAT, and the costs including all taxes shall be
indicated at the end of the Bill of quantities.

No. Description of services and unit prices excluding VAT in words Prices
excluding
VAT in
figures
Price No. 1: Project Manager
1 This price remunerates in person-month the availability of the Project Manager Engineer.
This price includes: salaries, social security contributions, insurance, medical expenses,
transport and leave, travel expenses, accommodation expenses on site, overheads, taxes
and all other matters relating to the regulations concerning personnel management.

Person-month: ____________ in CFA F


2 Prices of series No. 2: Other key staff

This price remunerates in person-month the availability of the expert. This price includes:
salaries, social security contributions, insurance, medical expenses, transport and leave,
travel expenses, accommodation expenses on site, overheads, taxes and all other
matters relating to the regulations concerning staff management.

This price applies to actual working time; it can be split. 1 working day represents 1/21st
of a month for the experts based at head office and 1/25 on site.

2a Resident-Site Development Manager


Person-month: ____________ in CFA F

2b Structure Expert
Person-month: ____________ in CFA F

2c Hydrologist
Person-month: ____________ in CFA F

2d Geologist
Person-month: ____________ in CFA F

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 56
2nd Geotechnician
Person-month: ____________ in CFA F

2f Electromechanical Engineer
Person-month: ____________ in CFA F

2g Turbine Engineer
Person-month: ____________ in CFA F

2h Electrical Engineer
Person-month: ____________ in CFA F

2i Substation Engineer
Person-month: ____________ in CFA F

2j Telecommunications/Remote Control Expert


Person-month: ____________ in CFA F

2k SCADA Expert
Person-month: ____________ in CFA F

2l Relay Protection Engineer


Person-month: ____________ in CFA F

2m Dyke and Embankment Expert


Person-month: ____________ in CFA F

2n Concrete and Aggregate Expert


Person-month: ____________ in CFA F

2o Contract Expert
Person-month: ____________ in CFA F

2p Financial Expert
Person-month: ____________ in CFA F

2q Legal Expert
Person-month: ____________ in CFA F

2r Insurance Expert
Person-month: ____________ in CFA F

2s Occupational Health Physician


Person-month: ____________ in CFA F

2t Environmentalist
Person-month: ____________ in CFA F

2u
Socio Economist
Person-month: ____________ in CFA F

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 57
2v Expert Anthropologist
Person-month: ____________ in CFA F

2w Topography Expert
Person-month: ____________ in CFA F

2x SIG Expert
Person-month: ____________ in CFA F

2y Support staff
Person-month: ____________ in CFA F

Price No. 3a : Local support engineers at the site


This price covers the monthly cost of each Cameroonian or Congolese engineer placed
with each of the Consulting Engineer's experts on the site. This price includes: salaries,
3a social security contributions, insurance, medical expenses, transport and leave, travel
expenses, accommodation expenses on site, overheads, taxes and all other matters
relating to the regulations concerning staff management.
Monthly: ____________ in CFA F
Price No. 3b: Standards acquisition costs

This price is a lump-sum payment for acquiring standards.


3b
This price applies to the purchase unit of a standard applicable in the execution of works.

Fixed price: ____________ in CFA F


Price n° 3c: Acquisition of software with licenses (Network Simulation, Hydraulic,
Hydrological, Stability and E&M Design) + Training
3c This price applies to the unit cost of a Software

Unit: ____________ in CFA F


Price No. 3d: Capacity building costs for the Contracting Authority's staff
This price remunerates the training sessions and capacity building of the Contracting
Authority's staff on a fixed-price basis. It includes all costs related to the organisation of
the training, including the daily allowance to the learners. Delivered locally by the
3d
Consulting Engineer's experts, the training will be done in groups of fifteen (15) people.
These costs will be incurred by the Consulting Engineer at the request of the Contracting
Authority. 500,000,000
P-M: CFA F 500,000,000
Price No. 3e: Capacity building costs for Project Management staff
This price remunerates the training sessions and capacity building of the Project
Management staff abroad on a fixed-price basis. It includes all costs related to the
organisation of the training, including training, transport, accommodation and
3e
subsistence costs. The training will be conducted in groups of five (5) to ten (10) people. 300,000,000
These costs will be incurred by the Consulting Engineer at the request of the Contracting
Authority.
P-M: CFA 300,000,000
Price No. 3f: Vehicles acquisition costs
This price remunerates, per unit, the acquisition of 4x4 station wagons for the control
and monitoring by the Consulting Engineer, as well as the Project Management
3f

Unit: ______________ CFA Francs /Vehicle to be purchased

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 58
Price No. 3g: Vehicle operating costs
This price remunerates the vehicle maintenance costs per vehicle/month (fuel and
3g
lubricants, insurance, maintenance and various spare parts repairs).
Vehicle/month : ____________ in CFA F

Price No. 3h: Operating costs of the Reception Committee


This price is a fixed price for the operating costs of the Reception Committee.
3h CFA
F100,000,00
P-M: CFA F100,000,000
0

N.B: The quantities mentioned in the price schedule must be respected by all bidders.
The 2.2% advance will be withheld from the amount of each statement, due to local funding.
A sub-detail of unit prices is strongly required for support staff.

AMOUNT OF THE CONTRACT


This Contract’s amount is set at __________________________(in words) including all taxes.

5.7. UNIT PRICE SUB-DETAIL FORM

A - BREAKDOWN OF STAFF PRICES (person-month)

No. NAME Position Basic Social Overhea Profit margin Total


monthly security d (% of 1 and 1+2+3+4
salary charges expenses 3)
1 (% of 1) (% of 1) 4
2
3

5.6. DETAILED ESTIMATE FORM


5.6. BILL OF QUANTITIES FRAMEWORK
No Unit Price in Total Price in
Description Unit Location No. of P-M
. CFA Francs CFA Francs
1. PROJECT MANAGER
Head Office
1 Project Manager P-M
Field
S/TOTAL 1
2. OTHER KEY STAFF
Head office
2a Resident-Site Development Manager P-M
Field
Head office
2b Structure Expert
Field
2c Hydrologist P-M  Head office

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 59
Field
Head office
2d Resident Geologist P-M 
Field
Head office
2e Resident Geotechnician P-M
Field
Head office
2f Resident Hydro-mechanic P-M
Field
Head office
2g Resident Turbine Engineer P-M
Field
Head office
2h Resident Electrical Expert P-M
Field
Head office
2i Resident Electrical Engineer P-M
Field
Head office
2j Resident Substation Engineer P-M
Field

Telecommunications/Remote Control Head office


2k P-M
Expert Field
Head office
2l SCADA Expert P-M
Field
Head office
2m Relay Protection Engineer P-M 
Field
Head office
2n Dyke and Embankment Expert P-M 
Field
Head office
2o Concrete and Aggregates Expert P-M 
Field
Head office
2p Contract Expert P-M 
Field
Head office
2q Financial expert P-M
Field
Head office
2r Legal expert P-M
Field
Head office
2s Insurance Expert P-M
Field
Head office
2t Occupational Health Physician P-M
Field
Head office
2u Environmentalist P-M 
Field
Head office
2v Socio Economist P-M
Field
Head office
2w Expert Anthropologist P-M 
Field
Head office
2x Topography Expert P-M 
Field
2y GIS Expert P-M Head office

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 60
Field
 S/TOTAL 2
3. OTHER COSTS
No Unit Price in Total Price in
Description Unit Quantity
. CFA Francs CFA Francs
3a Local support engineers at the site Month  

3b Standards acquisition costs Lump sum

3c Purchase of Software with Licenses Lump sum  


Capacity building costs for the
3d P-M: 500,000,000
Contracting Authority's staff
Capacity building costs for Project
3e P-M: 300,000,000
Management staff
 3f Vehicles acquisition costs Unit

3g Vehicle operating costs Unit

Operating costs of the Reception


3h P-M: 100,000,000
Committee
A: TOTAL excluding VAT (S/TOTAL 1 + S/TOTAL 2 +
S/TOTAL 3)
B: VAT: 19.25% Cameroon/Congo local purchase
C: “AIR” (2, 2%) Cameroon/Congo local funding
D: “TSR” (3%) Cameroon/Congo foreign experts
TOTAL INCL. TAX : A+ B
NET TOTAL TO BE MANDATED : A - C or A- D

Section 6

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 61
TERMS OF REFERENCE
(ToRs)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 62
Table of Contents

I. Introduction
II. Objectives
III. Contractual assignments of the Consulting Engineer
IV. Planning of the execution of services
V. Human and logistical resources
VI. Obligations of the Contracting Authority
VII. Obligations of the Consulting Engineer
VIII. Miscellaneous provisions

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 63
TERMS OF REFERENCE
I. INTRODUCTION
1- PROJECT BACKGROUND

The Governments of Cameroon and Congo signed on 28 October 2010 in Brazzaville, a


Memorandum of Understanding for the construction of the Chollet Hydroelectric Dam and Related
Power Lines.
Cameroon has the third largest hydroelectric potential in Sub-Saharan Africa, currently
estimated at over 20,000MW of installed capacity, with the Sanaga River watershed providing almost
half of the untapped potential. Cameroon's current installed hydropower generation capacity is 949MW,
including the Song Loulou (384MW) and Edéa (267MW) dams on the Sanaga River, the Memve'ele
(211MW) dam on the Ntem River, the Mekin (15MW) dam on the Dja River, and the Lagdo (72MW)
dam on the Benue River. The Kribi gas-fired power plant (100MW) increases this capacity. Other works
are currently under construction: Nachtigal (420MW), Bini à Warack (75MW), Lom Pangar plant at toe
of dam (30MW); or planned: Grand Eweng (1,800MW), Kikot (500MW), Katsina (285MW), Makay
(350MW), Menchum (72MW), etc.
Electricity demand forecasts for Cameroon's Southern Interconnected Grid (SIG), carried out in
the 2035 ESDP over the 2010-2035 period, show that according to the high scenario (GDP growth rate
will be 6.5%, average annual growth rate of LV & MV energy consumption will stand at 7%), peak
power demand by 2025 will be around 3,000MW, without taking into account major energy-intensive
industrial projects and interconnections, which will have an accumulated demand of 2,000MW by the
same date.
The generation capacity installed to date on the Southern Interconnected Grid (SIG) is
estimated at around 1,235MW, (including 669MW of hydropower from Edéa and Song Loulou, 200MW
of HFO thermal power, 150 MW of LFO thermal power, and 216MW of gas thermal power). The
commissioning of new power plants, Mekin (15MW), Memve'ele (211MW), and Nachtigal (420MW), in
the short and medium terms will increase this installed capacity to approximately 1,980MW by 2022.
For its part, the Republic of Congo has four (4) hydropower stations, notably the Imboulou
power station with an installed capacity of 120 MW, inaugurated in 2011, the Moukoukoulou power
station in the Bouenza division, with a capacity of 74 MW (1978), the Liouesso power station in the
Sangha division, with a capacity of 19.9 MW and inaugurated on 29 May 2017, and the Djoué power
station in Brazzaville (1953), which is set to increase from 15 to 24MW.
In addition to these hydropower plants, Congo has a number of thermal power plants, the most
important of which are:
- CEC's 470MW gas-fired power plant (2010, 2020), which was expanded to 484MW in February
2020;
- the Djéno gas-fired power plant with an installed capacity of 50MW, of which 25MW is currently
in production;
- the Brazzaville HFO plant (CTB) with an installed capacity of 32.5MW for a current available
capacity of nearly 15MW;
- and medium power thermal power plants operating with diesel, scattered throughout the
country for a total installed capacity estimated at 25 MW.

On the other hand, some projects are being developed and are expected to generate additional
installed capacity, namely the Sounda (800MW) and Kakamoéka (700MW) dams in the Kouilou division,
the Mourala dam with a capacity of (101MW), the Nyanga (230MW), Ibabanga (515MW), Mpoukou
(180MW) and Bikongo (150MW) dams in the Louessé valley.
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 64
The local demand forecast for 2035 is approximately 2,000MW. With the exchange of energy
between Congo and the Democratic Republic of Congo to supply the Katanga mines (currently limited
to 20MW), there will eventually be a high demand which can be partly met by the Chollet power plant.
As part of the short and long term energy development strategy, the Governments of Cameroon
and Congo are planning to develop the Chollet hydroelectric site, with an estimated installed capacity of
600MW, by selecting one or more partners through an Open International Invitation to Tender.
As such, it is envisaged, as part of this study, to plan for a power plant intended to produce
electricity with a view to partially covering the energy needs of Cameroon, Congo, CAR, DRC, Gabon
and possibly other ECCAS member countries as well as those of SADC in the future regional power
interconnection.
At the end of the partner selection process, the States will sign a framework agreement with
the partner for the development of the project, in which the partner will undertake, among other things,
to finance all the dedicated studies. At the end of the said studies, the States and the partner undertake
to create a project company in accordance with OHADA law, which will be responsible for the search for
financing, the construction and the operation of the works, subject of the Project. This company will
have the status of an independent producer of electricity in accordance with the regulations in force in
the two (02) States.
To ensure the control and monitoring of the Partner's activities during the design and
construction phases, the services of a Consulting Engineer in charge of assisting the Contracting
Authority will be required.
It is specified in the following that:
 The Contracting Authority is referred to as either the "Contracting Authority" or "the
Ministers in charge of Energy of the two (2) States";
 The Delegated Contracting Authority is referred to as either the "Delegated Contracting
Authority" or the "Project Director";
 The Partner shall refer to the bidder that will be selected for the development of the project
following the Open International Tender procedure;
 The Consulting Firm shall refer to the bidder who will be selected to carry out the studies
(preliminary design, detailed design, SEA) and the preparation of the Project’s Tender File at
the end of the Open International Invitation to Tender procedure;
 The Consulting Engineer shall refer to the successful candidate for the project management
following the Open International Tender procedure.

Scope of the Project


The Chollet Hydroelectric Project is part of the future sub-regional interconnection (Cameroon,
Congo, Gabon, Equatorial Guinea, Central Africa, Chad and Sao Tome and Principe). The
commissioning of the said development is planned in 2030.
The Project consists of a single lot and is divided into three (3) stages as follows:
- Stage 1: Studies
 Dam, power plant, associated works, substations and related power lines;
 Access to the site in both countries;
 Environmental and social impact.
- Stage 2: Constructions
 Dam, power plant, associated works, substations and related power lines;
 Access to the site in both countries;
 Environmental and social management;
 Capacity building and skills transfer.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 65
- Stage 3: Commissioning and operation
The Consulting Engineer's services will also be carried out in a single lot.

2- PROJECT PRESENTATION
 Estimated cost of the project: To be determined
 Studies: 2 years
 Works : 5 years 
 Length of the concession: To be defined
Some characteristics in the table below:
Description Technical data
Location Chollet
Region served SIG Cameroon and IG Congo
Location 14°36’E ; 2°15’N
ToRs of Preliminary design/detailed design/Tender File and
Level of study
SEA available
HYDROLOGY
Watercourse Dja/Ngoko
Catchment area (km2) To be provided by the Consulting Firm during the studies
Average annual flow rate
To be provided by the Consulting Firm during the studies
(m3/s)
Estimated millennial flood
To be provided by the Consulting Firm during the studies
flow (m3/s)
Median low water level flow
To be provided by the Consulting Firm during the studies
rate (m3/s)
PRODUCTION
Estimated installed capacity
600 ( to be confirmed by the studies)
(MW)
Minimum / maximum gross
To be provided by the Consulting Firm during the studies
drop (m)
Equipment throughput (m3/s) To be provided by the Consulting Firm during the studies
Average annual production
To be provided by the Consulting Firm during the studies
(GWh/an)
RETENTION (DAM)
Type of dam To be provided by the Consulting Firm during the studies
Height above the ground level
To be provided by the Consulting Firm during the studies
(m)
Crest length (m) To be provided by the Consulting Firm during the studies
Crest elevation (mNGM) To be provided by the Consulting Firm during the studies
Dam equipment To be provided by the Consulting Firm during the studies
Characteristics of the
To be provided by the Consulting Firm during the studies
impoundment
Useful capacity (million m3) To be provided by the Consulting Firm during the studies
Bed height at dam (mNGM) To be provided by the Consulting Firm during the studies
Approximate water height at
To be provided by the Consulting Firm during the studies
dam (m)
WATER PIPES
Feeder circuit To be provided by the Consulting Firm during the studies
- Coated diameter (m) To be provided by the Consulting Firm during the studies
- Length (m) To be provided by the Consulting Firm during the studies
Number of Penstocks To be provided by the Consulting Firm during the studies
Inlet gallery diameter (m) To be provided by the Consulting Firm during the studies
- Length (m) To be provided by the Consulting Firm during the studies
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 66
Description Technical data
- Diameter/Height (m) To be provided by the Consulting Firm during the studies
Balance chamber To be provided by the Consulting Firm during the studies
FACTORY
Type of factory To be specified by the Consulting Firm during the studies
Number of generators To be specified by the Consulting Firm during the studies
Power (MW) To be specified by the Consulting Firm during the studies
Guaranteed power (MW) To be provided by the Consulting Firm during the studies

II. OBJECTIVES
The objective of the Consulting Engineer's services is to ensure that the design, construction
and commissioning phases of the Chollet hydroelectric development are carried out in compliance with
Cameroon and Congo regulations and the best international standards in terms of safety, compliance
with deadlines, cost control and commissioning.
III. CONTRACTUAL ASSIGNMENTS OF THE CONSULTING ENGINEER
The Consulting Engineer shall ensure:
 Assignment 1: Review and Validation of Studies
- Review and approval of basic data for the Chollet Hydroelectric Project and associated
power lines (Hydrological, aerial, fluvial and terrestrial topography, geological,
geotechnical,...);
- Review and validation of all studies (preliminary design study, detailed design, execution
plans, etc.);
- Review and approval of the Strategic Environmental and Social Assessments and the
resilience to the harmful effects of climate change of the Chollet Hydroelectric Project and
associated power lines;
- Review and approval of the Comprehensive Resettlement Plan (CRP), Social Influx
Management Plan (SIMP), and Stakeholder Engagement Plan (SEP) of the Chollet
Hydroelectric Project and associated power lines;
- Review and approval of the operating model for the Chollet hydroelectric power plant and
associated power lines;
- Review and approval of the project's logical framework.
- Review and validation of the integration and stability study of the Chollet Power Plant in
the interconnected grids of Cameroon (SIG) and Congo (IG);
- Review and validation of the Terms of Reference for a hydrological study of the Dja/Ngoko
River;
- Review and validation of a financial model of the power plant.

 Assignment 2: Technical, legal and financial assistance


This phase will involve the review and validation of:

- the implementation of the work contract in accordance with the regulations in force in
Cameroon and Congo and in keeping with international best practice.
- the contracts for connection to the electricity networks, concession, operation and
maintenance of the power plant.

 Assignment 3: Control and monitoring of execution


Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 67
This assignment will be carried out in accordance with the services contained in the contract
binding the Consulting Engineer to the Contracting Authority as well as those of the contracts between
the other Partners (Consulting Firm and Company carrying out the works) and the Contracting Authority
of the said Project.
The Consulting Engineer will prepare a procedure manual in order to specify the relation
between the various parties.
He will then set up a computer system to manage the procedures outlined in the manual.
 Assignment 4: Provisional and final acceptance of works
Throughout the Project’s duration, the Consulting Engineer will assist the Contracting Authority
in the various acceptance tests of the equipment and facilities to ensure the proper commissioning of
the Chollet Hydroelectric Development and Related Power Lines. He/she shall assist the Contracting
Authority until the final acceptance of the works, equipment and installations, scheduled one (1) year
after the provisional acceptance of the said development, after the lifting of all reservations.
 Assignment 5: Capacity building
Capacity building of the Contracting Authority and skills transfer during the design, construction
and operation phases.
 Assignment 6: Creation of an IT system for the Project
This task will consist of the physical and digital archiving with a tree structure of the video
library and the Geographic Information System (GIS) of all Project documents.
III.1- SCOPE OF THE MISSION 1: STUDIES
1-1- Establishment of a legal, regulatory, normative and technical library during the
study phases of the Chollet hydroelectric scheme and the associated lines.
 Cameroonian legislative, regulatory and institutional framework that applies to the entire Chollet
Project;
 Congolese legislative, regulatory and institutional framework that applies to the entire Chollet
Project;
 International norms and standards that apply to the entire Chollet Project;
 Articles and scientific journals dealing with issues related to the Chollet Project;
 Software and other computer applications to be used by the Consulting Engineer to control and
review the studies.

1-2- Review and approval of the baseline data for the Chollet Hydroelectric Project and
associated power lines:
The Consultant will approve all the basic data required for the design of the Chollet Hydropower
Project. This involves :
 Hydrological data;
 Aerial and terrestrial topography data;
 Geological data;
 Geotechnical data;
 and all other data necessary for the Project design.

1-3- Methodological note on the control and verification criteria of the studies carried
out for the Chollet Project with regard to the Cameroonian and Congolese regulatory
framework and international best practices
 Note on control methodology;
 Note on verification criteria.

1-4- Control and verification of studies


Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 68
1-4-1- Technical studies
a- Dam and power plant
 Note on topographic/mapping studies ;
 Note on hydrological studies ;
 Note on geological studies ;
 Note on geotechnical studies ;
 Note on sedimentometric studies ;
 Note on hydraulic studies ;
 Note on hydromechanical studies ;
 Note on electromechanical studies ;
 Note on electrotechnical studies ;
 Note on studies of the structures stability;
 Note on the equipment and operation of the dam and power station;
 Note on the stability and integration in the interconnected networks of Cameroon (SIG) and
Congo (RI) ;
 Note on the design of temporary structures ;
 Note on the design of the Contracting Authority's living quarters;
 Note on the organisation of the construction site and the project schedule.

b- Evacuation lines and rural electrification;


 Study of the interconnected networks of Cameroon (SIG) and Congo (RI);
 Note on evacuation line layout studies;
 Note on the conceptual and sizing studies of the stations ;
 Note on the design and sizing of pylons ;
 Note on the substation one-line diagram ;
 Note on the AC and DC auxiliary diagram ;
 Note on the extension of rural electrification.
c- Access roads ;
 Note on access road layout studies ;
 Note on the conceptual and design studies of the access roads.
 Specifications for the construction of access roads.
d- Structures 
 Note on the studies of structures ;
 Note on conceptual and design studies of structures ;
 Specifications for the construction of access roads.
e- Contracting Authority's Living Quarters
 Note on the construction studies of the Contracting Authority's living quarters;
 Note on the conceptual and sizing studies of the Contracting Authority's living quarters;
 Specifications for the construction of the Contracting Authority's living quarters.
f- Environmental and Social Assessments (Chollet)
 Environmental and Social Impact Assessment (ESIA) ;
 Environmental and Social Management Plan (ESMP) ;
 Note on the organisation of the ESMP ;
 Note on the Social Influx Management Plan ("SIMP");
 Note on the Compensation Plan (CP);
 Note on the Comprehensive Resettlement Plan (CRP);
 Note on the Biodiversity Action Plan (BAP);
 Note on project resilience to the harmful effects of climate change;
 Note on key environmental management procedures;
 Note on the Pre-Construction Environmental Action Plan;
 Note on the Environmental Action Plan during the construction phase;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 69
 Note on Environmental and Social Monitoring during Construction;
 Note on the Environmental Action Plan during operation;
 Note on the implementation schedule.
g- Economic and financial studies
 Note on the economic and financial evaluation of the Project ;
 Note on the cost of preparatory work ;
 Note on the cost of ancillary works ;
 Note on the cost of civil engineering works ;
 Note on the cost of hydromechanical aspects ;
 Note on the cost of electromechanical aspects ;
 Note on the cost of electrotechnical aspects 
 Note on the cost of engineering and administration ;
 Note on the cost of miscellaneous non-metered work ;
 Note on contingency costs.

1-4-2- Preparation of the specifications for the detailed design studies and their
approval
a- The Consulting Engineer shall ensure that the detailed design study carried out by the
Consulting Firm shows the following elements:
 General assumption notes to define the baseline data;
 Functionality notes which, by definition, define the functions to be fulfilled by the works;
 Design notes that explain the reasons for the major choices made by the designers;
 Calculation notes that justify the proposed dimensions;
 A general planning of the works ;
 A specification note associated with the consideration of technical risks;
 An allotment note integrating the Civil Engineering, Electromechanical and Electromechanical
aspects, specifying the recommendations made by the designers given the context of the
Project;
 Environmental and social specifications for the construction site;
 Quality, hygiene, health, safety and environmental specifications for the site.
b- The Consulting Engineer will approve the detailed design studies and the following
technical specifications:

 Topographic and cartographic studies ;


 Hydrological studies ;
 Geological studies ;
 Geotechnical studies ;
 Civil Engineering Studies ;
 Hydraulic studies ;
 Hydromechanical studies ;
 Electromechanical studies ;
 Electrotechnical studies ;
 Etc...

1-5- Key staff


The Consulting Engineer shall include in their bid a list, curricula vitae and copies of diplomas of
the key staff they will assign to the assignment.
The Contracting Authority will reserve the right to refuse or replace any staff whose
technical capabilities or behaviour are deemed inadequate throughout the study.
The key staff to be deployed include:
1- Project Manager
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 70
2- Site Development Manager
3- Structure Expert
4- Hydrologist
5- Expert Geologist
6- Expert Geotechnician
7- Electromechanic
8- Turbine Expert
9- Electrical Network Engineer ;
10- Substation Engineer
11- Telecommunications/Remote Control Expert
12- SCADA Expert
13- Relay Protection Engineer
14- Civil engineering Expert
15- Contract Expert
16- Financial Expert
17- Legal Expert
18- Insurance Expert
19- Occupational Health Expert
20- Expert Anthropologist
21- Expert Topography
22- GIS Expert
23- Environmental Expert
24- Topographic Expert
25- Geographic Information System(GIS) Expert.

1-6- Material resources


The Consulting Engineer shall put in place all the material and logistical means necessary for
the proper performance of their mission:
 vehicles for transportation;
 the necessary computer equipment ;
 the necessary software;
 any other equipment deemed useful.

1-7- Professional secrecy


The Consulting Engineer is bound by professional secrecy during and after his assignment.

1-8- Responsibilities
The Contracting Authority’s final approval of all documents does not relieve the Consulting
Engineer’s responsibility for any errors in the study results.

1-9- Participation
The assignment is open to Consulting Engineers specialised in these types of services with solid
experience in the high voltage electrical networks sector (studies, control and construction monitoring).
The Consulting Engineers must have proven experience in Africa and a perfect command of French
or English as working language.
The assignment is open to Consulting Engineers with (or having, among other qualities):

- Established skills in hydroelectric developments;


- Proven experience in the energy sector and infrastructure such as HV and EHV electricity
networks;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 71
- Established experience in the study and design of HV and EHV electricity networks and the
supervision of works related to the construction of HV and EHV electricity networks;
- Solid experience in training and skill transfers;
- Fluency in French and English as working languages.
1-10- Start and phasing of the assignment
The assignment shall start as soon as the Contracting Authority would have chosen his Contractor,
signed the contract corresponding to the assignment and issued the Service Order to start the services.

1-11- Methodology
Generally, the Consulting Engineer shall specify the methodology they are proposing to use to
conduct the assignment. They shall specify the phasing of the project and the steps to be submitted to
the Contracting Authority.
In particular, they should provide a clear proposal on how they intend to carry out the various
phases of the assignment.
They must provide a complete list of the engineers and experts who are expected to participate
in the assignment, together with their CVs, an explanation of their role and the estimated time they are
expected to spend on it. They must specify the organisation and planning they intend to give to their
team for coordination.

1-12- Nature of the documents submitted


For the services performed, the Contractor shall submit the reports written in French (or in
English, if applicable) in digital form (Microsoft Word and Acrobat Reader) as well as in reproducible
paper form. These documents shall include a "Diagnosis" section and a "Recommendations" section. In
addition, from one mission to the next, the consultant must inform the Contracting Authority on the
follow-up of the recommendations.
The Consulting Engineer undertakes to receive any comments, make any amendments and
remove any reservations that may be made by the Contracting Authority. Within ten (10) days, the
Consulting Engineer shall provide the Contracting Authority with a new document in paper and digital
form incorporating these additions and corrections.

1-13- Study duration


The study is expected to last twenty-four (24) months. The Consulting Engineer shall
provide in their proposal an estimated time schedule for the execution of the study which will be an
element in the evaluation of their offer.

1-14- Property rights and publicity of the Project


The Contracting Authority retains full ownership of the services and documents produced by the
Consulting Engineer, in accordance with the legislative and regulatory provisions on artistic and
intellectual property.

1-15- Review and validation of:


 financial studies on the sale of electricity produced by the Chollet hydroelectric power plant;
 the net electrical production potential, the gross production capacity, losses and production
uncertainties of the hydroelectric plant;
 the long-term simulation of electricity sale tariffs produced over the lifetime of the
investment;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 72
 forecast of the actual future revenues of the plant depending on the operating conditions
(maintenance, shut-downs, etc.);
 the evaluation of cash-flows generated by the investment;
 the Financial modelling and determine the profitability of the investment ( depending on the
site’s hydrology).
NB: The Consulting Engineer will also advise on the financial model of the project.

1-16- Review and validation of the operating plan for the Chollet hydroelectric plant
The Consulting Engineer shall review and approve the operating plan to be proposed to the Contracting
Authority by the Consulting Firm. The said plan must show:
- The optimum number of operators on site;
- Their qualification;
- The plant's operating model;
- The maintenance mode (preventive and corrective) to be implemented, highlighting the
scheduled maintenance periods of the generators.

1-17- Review and validation of the project's logical framework.

1-18- Review and validation of a financial model for the Project.


a) Purpose of the study
The financial model shall demonstrate to the Ministers of Finance of both countries that this
Project will help repay the debt incurred.
b) Description of the activities to be carried out

Action Review and validation of the financial model and simulations

MINEE-MEH: final decisions on


some key balance parameters,
depending on the corresponding
tariff level, degree of participation
of the TSO - SONATREL and E²C in
Consulting Engineer:
the financing of new transmission
Development of the MINEE, MEH, ARSEL, infrastructure, payment or not of
financial model and SONATREL and E²C: dividends, etc.) of the electricity
Person
simulation of a basic simulations using the sector.
responsible:
case study financial model
Consulting
Engineer:

Who
contributes

Prerequisites
GF01; GF02; GF03

Inputs Transfer file, structuring assumptions

Result Business plan template used by MINEE, MEH, ARSEL, SONATREL and E²C Simulations based
on key parameters
Expected

Details General specifications of the financial model

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 73
of the activity
The Consulting Engineer shall validate the financial model developed by the Consulting Firm
while ensuring that it is user-friendly. To achieve this, all the parameters must be grouped in
a limited number of parameter sheets, the main strategic variables being controllable from an
ergonomic control sheet, with the use of drop-down menus or buttons. Similarly, the main
indicators will be grouped in a single output sheet in the form of summary tables and clear
graphics.
The Consulting Engineer will advise on the financial model developed by the Consulting Firm.
This model should be easy to use. To this end, all the parameters will be grouped in a small
number of parameter sheets, the main strategic variables being controllable from an
ergonomic control sheet, with the use of drop-down menus or buttons; similarly, the main
indicators will be grouped in a single output sheet in the form of summary tables and clear
graphics.
The financial model shall be programmed in current currency, taking into account a number
of assumptions (inflation, cost of works index, consumer price indexes in Cameroon and
Congo, etc.). The model will be carried out at constant exchange rates, but will allow the
analysis of the impact of a variation in exchange rates in the form of a
devaluation/appreciation of the CFAF. The model will be developed as a Microsoft ExcelTM
file.
Structure of the financial model
Two principles that will guide the development of the financial model are modularity and
consistency. These principles imply that the parameters and input variables, intermediate
calculation steps, and indicators and output variables must be clearly identified and divided in
the model. Thus, the different "modules" ("configuration module", "calculation module",
"output module", "sensitivity module") of the model must be carefully partitioned. The above
diagram describes the main modules of the financial model.
The financial model will also include a homepage with a summary allowing easy navigation
through the model via hyper linked icons.
Physical and financial consistency of the financial model
The method adopted by the Consulting Firm to ensure a dynamic interaction between the
substitution of operators, the development of the activity, and the associated costs and
revenues, is that of “work units”. This methodology involves three steps:
The method that will be proposed by the Consulting Firm to ensure dynamic interaction
between the operators’ substitution, the activity development, and the associated costs and
revenues, is that of the "units of work". This methodology shall include at least three steps:
 First, dynamically linking the different work units or structural physical quantities
involved in the TSO business plan (km of network, subscribed kW, GWh transmitted,
etc.). This first level of "physical" interaction, corresponding to demand projections
and the strategic investment programme, is essential for the consistency of the
financial model, since it is from this level that all the indicators determining the
company's revenues and costs will be calculated,
 Secondly, link these structural work units, through the use of assumptions on
performance ratios (network efficiency, staff productivity, etc.), to the secondary
work units (such as the number of agents, overheads, etc.) used to calculate the
company's income and expenses,
 In a third step, based on these work units and unit price or cost assumptions,
calculate the company's income and expenses to generate its operating account. This
last "financial" level will therefore be calculated from the "physical" level of the
financial model, which will ensure the consistency of the dynamic link between the
TSO financial performance and the strategic investment programme.
The approach below illustrates this methodology for some examples of structural (S.W.1) and
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 74
secondary (S.W.2) units of work.
Financial balance indicators of the model
The model will be a decision support tool for the final structuring of the business plan. The
accounting and financial statements shall be presented according to OHADA standards and
possibly IFRS+ (International Financial Reporting Standards).
A sheet shall group together the main activity indicators and financial ratios to assist
decision-making: profitability ratios: operational (EBITDA/sales, REX/sales), commercial
(RNC/sales), financial (RNC/debt fund (debts/stable resources), debt service coverage rate
(free cash flow/debt service); liquidity, solvency and availability ratios; average cost per kW
and per kWh transmitted, etc.

c) Execution time limit for the submission of the financial model


One (1) month after the notification of the Service Order to start work, the Consulting Firm shall submit
a first draft of the financial model to the Contracting Authority.

III. 2. SCOPE OF MISSION 2: TECHNICAL, LEGAL AND FINANCIAL ASSISTANCE


The Consulting Engineer's technical, legal and financial assistance will concern:
- The review and validation of the contract for the execution works in accordance with the
Public Contrats Code of Cameroon and Congo and best international practices;
- The review and validation of the Project contracts, in particular the grid connection
agreement, the concession agreement, the operation and maintenance agreement and the
remuneration mechanisms for this investment.
The Consulting Engineer shall also assist the Contracting Authority in the overall elaboration of the
contracts relating to the concession, the connection to the interconnected networks of the two countries as
well as the operation and maintenance contract of the power plant and the mechanisms of remuneration of
this investment.
The service contract must comply with the Public Contracts Codes of Cameroon and Congo, as well as
with the best international practices in the field of infrastructure works.
The Consulting Engineer shall ensure that the laws and regulations in force in Cameroon and Congo
and applicable to the Project are integrated into the service contract, in particular aspects relating to the
employment of local labour, local subcontracting, working conditions in terms of hygiene, food, safety,
environment and health.

III-3. SCOPE OF ASSIGNMENT 3: CONTROL AND SUPERVISION OF THE CONTRACTOR'S


PERFORMANCE IN ACCORDANCE WITH THE WORKS CONTRACT
In this phase, the Consulting Engineer shall carry out the following assignments:
 Assistance to the Contracting Authority during the execution phase of the works
contracts for the development;
 Scheduling, management and coordination of the site;
 Assistance to the acceptance of works and equipment in the factory and on site.

1. Assistance to the Contracting Authority during the execution phase of the works
contracts 
1.1 Verification of the companies' execution projects
The Consulting Engineer shall be responsible for having the companies concerned draw up the
execution files containing all the execution plans and specifications for use on the site. He shall sign off

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 75
on all technical documents and plans produced by the companies before or during the works, prior to
their execution.
1.2 Organisation of site meetings and production of minutes and reports
The Consulting Engineer will be in charge of organising weekly meetings which will allow the
Contracting Authority to note the progress of the works. All site meetings will be recorded in minutes
drawn up by the Consulting Engineer and signed by the representatives of both the Company and
Contracting Authority.
Besides, the Consulting Engineer will be in charge of keeping the site logbook, which will
become the property of the Contracting Authority and will be handed over to them at the end of the
project. At the end of each month, within fifteen (15) days of the end of the month, he shall draw up
and submit to the Contracting Authority,five (5) copies of a report in digital and physical form of the
control mission including:
- The administrative situation of the Contracts awarded for the works and the control, the records
of the service orders, the litigations;
- Monitoring of the implementation of the Environmental and Social Management Plan (ESMP);
- The actual and projected work schedules, the percentage of progress by task, the delays noted
and projected;
- The material and human resources mobilised by the companies and by the Control Mission;
- The description of the work carried out, the problems encountered, The corrective measures
taken, the changes made to the Project with comments on them, supported by sketches if
necessary and links to the relevant execution plans;
- Comments on the results of laboratory tests and on the quality of the work;
- The updated budget estimates for the Project (works, control), compared with the initial
budget, and an explanation of any differences;
- The status of contractors' payment claims, etc....
Within thirty (30) days of the provisional general acceptance of the works, the Consulting
Engineer shall draw up for the Contracting Authority five (5) copies of a final general report on the
execution of the works contracts and control services, including the headings provided for the monthly
reports.
1.3 Control of technical provisions
These inspections will cover the technical provisions for the execution of works, such as:
- Technical acceptance of the Contractor's and Subcontractor's site installations in accordance
with the provisions of the latter’s Contracts;
- Assistance in approving any corrections made by the companies to the Project and to the
original programme;
- Monitoring of the implementation of environmental and social due diligence;
- Monitoring of the site’s organisation and verification of the companies' technical means;
- Verification of the conformity of the work with the approved execution projects, the contractual
plans, the requirements of the contractual documents and the service orders;
- Checking that the supplies and works comply with the requirements of the contract documents,
in terms of quality, time and cost;
- Verification that all the tests required to control the work have been carried out;
- Verification of the use of the results of the various tests to determine the decisions to be made;
- Assistance in the preparation of technical decisions to be made by the Contracting Authority,
based on the progress of work, difficulties encountered and unforeseen events;
- Monitoring and controlling deadlines, etc.

1.4 Verification and approval of statements for payment by the Contracting Authority

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 76
This service shall consist of checking and endorsing any statements proposed by the contractor
before submitting them to the Contracting Authority for signature. It also concerns the drawing up of
statutory expenditure documents such as:
- Site attachments (advances, supplies, work completed or not, etc.);
- Financial attachments (default interest, penalties, price revisions, etc.);
- Periodic statements;
- Preparation of the overall final statement at the end of the project, etc.

Assistance to the Contracting Authority in arbitration and dispute settlement


The Consulting Engineer shall be responsible for examining the claims of the companies
involved in the development works and presenting them to the Contracting Authority, formulating
proposals and advice. He will contribute in outlining expertise assignments and reviewing the
companies' briefs in the event of a dispute.
2. Project scheduling, steering and coordination
This mission concerns site management. It includes all the actions necessary to properly carry
out the work, in particular monitoring the execution of schedules, supervising companies (assistance
with the preparation and understanding of technical files, monitoring the organisation of the site and
operating procedures, assistance with the preparation of documents for payment of services).
More specifically, during this mission, the Consulting Engineer must ensure:
a) The provision by the Contractor of guide drawings of all civil, electrical and mechanical
engineering works and other drawings designed for the project, must be brought to the
Contracting Authority's attention and approval before starting work. The guide drawings of
the civil engineering works, transmission lines, final excavations for various foundations,
monitoring, injection and the functionalities of the final buildings (in terms of definition and
layout), summarise all the information provided by the various manufacturers of hydro
mechanical, electromechanical, electrical and other equipment;
b) To test their compatibility and show the layout, arrangement and dimensions of this
equipment in the civil engineering of which they also reproduce the main dimensions. The
guide drawings define the various channels, cable and pipe passages, ventilation galleries,
water sumps, elements to be embedded in the concrete, reservations and any other
element affecting the civil engineering construction. The guide drawings specify, on the
basis of the detailed calculation notes for the reinforced concrete structures, the minimum
sections of reinforcement to be used and their principle diagram.
c) The monitoring of the design of civil, electrical, mechanical or other works, taking into
account information provided by suppliers of equipment and materials;
d) The approval of the design, manufacturing and assembly of documents for the works and
equipment covered by this Contract;
e) Supervision of on-site activities to ensure that the Project’s assumptions comply with the
actual conditions encountered and that any necessary adjustments to the final design of
the works are made in accordance with the construction supervision and quality assurance
plan;
f) To check the conformity and consistency of the execution studies carried out by the
constructor with the overall Project.

3- The Consulting Engineer shall approve the Partner's tasks as set out below:
a) The preparation of detailed execution plans (layout, excavation, formwork,
reinforcement and nomenclature etc.) of the final civil engineering works;
b) The preparation of a final report of the execution file;
c) The preparation of complete lists of the equipment supplied with name, description,
origin, age, brand and type of machinery which he proposes to use under his Contract
as well as its technical performance compatible with the works to be carried out.
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 77
d) The preparation of as-built drawings on completion of the work, indicating all
modifications made to the initial execution plans.
e) The lists of spare parts that will be used for a minimum period of two (02) years of
operation.

With regard to:


 Mass plans of the works;
 Equipment location and nomenclature plans;
 Guide drawings and civil engineering execution plans;
 Technical specifications of the equipment;
 General construction drawings of the equipment and the plans, diagrams and
specifications of the project;
 Calculation notes, diagrams, reservoir operating curves etc;
 Detailed construction drawings relating to the Project.

The Consulting Engineer's services shall be as follows:


1) Prior to the start of construction, the Consulting Engineer shall familiarize himself with all
drawings made by the Contractor before approving their application. If necessary, the
Consulting Engineer shall propose modifications to the Project in consultation with the
Contracting Authority, but without delaying the schedule.
2) The Consulting Engineer shall analyse the above plans prepared by the Contractor and,
once validated, shall mark them as "READY FOR EXECUTION".
3) The Contractor shall only execute those works whose plans have been validated by the
Consulting Engineer and the Contracting Authority and shall produce plans that are
"COMPLIANT FOR EXECUTION".

4- Monitoring and control of works on site


The Consulting Engineer is expected to:
a. Monitor and control the Contractor's temporary works and installations;
b. Supervise the execution of works deemed sensitive and/or related to the safety of the
works and installations;
c. Ensure that the Contractor's equipment and staff, including those of its subcontractors, are
adequate enough and suitable for the Project’s execution;
d. Ensure the coordination, supervision and inspection of all aspects of construction,
equipment supply, manufacturing and assembly, various technical tests and commissioning
of the equipment;
e. Check the conformity of the plans on site with the provisions laid down in the works
contract;
f. Evaluate the additional work (work which, by its nature, cannot be considered as included
in the prices, but whose execution is necessary for the continuation of the work), carried
out by the Contractor on the Contracting Authority's written instructions, when it is not
provided for in the Contract;
g. Ensure that the Contractor provides staff and equipment for the execution of the work in
accordance with the Contract;
h. Ensure that the guide-drawings are adapted to the actual site conditions and that the
execution files are adapted to the actual site conditions;
i. Approve the Contractor's construction methods in accordance with international standards
for hydroelectric schemes;
j. Issue technical service orders within the deadlines set by the constructor under the relevant
contract;
k. Control all the final layouts of the works carried out by the constructor on the basis of the
layout plans provided by him;
l. Approve the acceptance procedures for the equipment to be delivered to the site by the
manufacturer and participate in these tests;
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 78
m. Participate with the Contractor in the acceptance of all excavations of the works and
validate the various dimensions and the preparation of the land so as to ensure their
conformity with the design; at the same time, carry out all the necessary tests to ensure
the good quality of all the materials used in the construction, in particular the soils, rocks,
aggregates, cement, etc., and analyse the results of the tests to ensure the good quality of
the work;
n. Monitor the Contractor's methods of quality control and safety procedures;
o. Carry out the necessary checks to assess the progress of the work and its compliance with
the relevant regulations;
p. Supervise the execution of works deemed sensitive and/or related to the safety of the
works and installations;
q. stamp the attachments and the breakdowns of the work on the services performed;
r. Record the payments made by the Contracting Authority to the Contractor;
s. Monitor the progress of the work and ensure necessary corrective action is undertaken;
t. Recommend any additional changes deemed necessary in relation to the provisions of the
Contract;
u. Prepare monthly progress reports;
v. Record all site activities by keeping a site log;
w. Assist the Contracting Authority in all contractual aspects with the Contractor (guarantees,
obtaining exemption certificates and other documents necessary for the import and
clearance of imported materials and equipment, insurance, examination and processing of
any claims, etc.);
x. Check the conformity of the environmental plans and working methods drawn up by the
Contractor in accordance with the Environmental and Social Impact Assessment File of the
works contract and, if necessary, proposing changes;
y. Ensure compliance with the application of the legislation concerning project management in
Cameroon and Congo;
z. Verify and control the implementation by the Contractor of the provisions of the
environmental and social clauses of the works contract, including (but not limited to);
aa. Ensure that the company complies with the health and safety rules for workers on the site;
bb. Approve and monitor the implementation of the environmental and social due diligence of
the construction package developed by the Contractor;
cc. Ensure the application of international best practices in environmental protection and
resilience of the works to the harmful effects of climate change;
dd. Ensure the application of international best practices in environmental protection;
ee. Ensure the appropriate treatment of the environmental impacts of the construction site;
ff. If the Contractor or its subcontractors fail to comply, issue non-conformity sheets and
verify, through monitoring, the implementation of corrective actions; Finally, inquire about
any complaints from interested parties, and, if necessary, monitor the implementation of
corrective measures;
gg. Endorse the as-built reports for each of the works;
hh. Check all site information, drawings, sketches, to enable verification of as-built plans;
ii. Follow up on the partial and complete impoundment of the reservoir, by visual inspections
or any other technological means, and by taking readings and interpreting the
instrumentation measurements;
jj. Make recommendations for the implementation of preventive and corrective measures and
in particular the updating of the reservoir's use curve;
kk. Validate the behaviour of the structure inspected on the date of acceptance of the works
and regularly during the guarantee period;
ll. Issue, in agreement with the Contracting Authority, "Assembly and industrial commissioning
completion certificates" for the associated equipment and networks.

III-4 SCOPE OF ASSIGNMENT 4: ACCEPTANCE OF THE WORKS AND TECHNICAL


ASSISTANCE DURING ONE (01) YEAR OF OPERATION OF THE PLANT 
1- The Consulting Engineer is expected to:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 79
a. Give a reasoned opinion to the Contracting Authority for authorising the closure of the
diversion works and the start of reservoir impoundment;
b. Assist the Contracting Authority during the commissioning of the works;
c. Approve the testing and commissioning procedures proposed by the Contractor;
d. Analyze the commissioning test reports proposed by the Contractor, and submit to the
Contracting Authority any recommendations deemed useful regarding acceptance;
e. Carry out the acceptance of all the civil engineering works, all the installations and the
various technical equipment and issue the corresponding certificates of conformity in
agreement with the Contracting Authority.
The services expected within the framework of this assignment are the following:
- Assessment of the expected completion of the works and informing the Contracting Authority;
- Technical acceptance of the works and equipment;
- Drawing up the attachments in consultation with the Contractor;
- Drawing up and signing the technical pre-acceptance reports for the works prior to partial,
provisional and final acceptance;
- Taking part in the acceptance operations (partial, provisional and final) to assist the Contracting
Authority;
- Assistance to the Contracting Authority in assessing justifications for any delays in execution by
the Contractor;
- Managing the exercise of guarantees by the Contractor and the lifting of reservations;

Provisional acceptance constitutes the starting point of the guarantee period.


The various phases of the assignment shall be triggered by a service order and will be the
subject of a written report submitted to the Contracting Authority within fifteen (15) days after the
end of each phase.
2- Assistance provided during the guarantee period
The Consulting Engineer will be expected to:
a. assist the Contracting Authority throughout the guarantee period, and more particularly
inspect the civil engineering works and the hydromechanical, electromechanical, electrical
and inspection equipment of the dam (in collaboration with the Contracting Authority) and
make recommendations to the Contracting Authority for all repairs to be carried out by the
Company, and supervise their execution;
b. Assist the Contracting Authority in obtaining the guarantee certificates (civil engineering,
electromechanical and hydromechanical equipment) from the authorized structures and the
acceptance certificates (electromechanical, hydromechanical and electrical works) prior to
the Contracting Authority's approval.

3-Assistance to the Contracting Authority for operation and maintenance


The Consulting Engineer is expected to:
a. Review and validate the operation and maintenance manuals provided in English and
French by the manufacturer for all Project works and propose changes if necessary;
b. Endorse the detailed operation and maintenance manual (prepared by the Contractor) for
all equipment, with references to the associated operation and maintenance manuals
prepared and received from the various suppliers and manufacturers of the equipment;
c. Ensure with the Contracting Authority that the Contractor installs systems P-Ming and
sharing data measuring the performance of the facility, taking into account its integrated
nature in its operation, such as a SCADA system or a better one;
d. Assist the Contracting Authority in establishing and implementing maintenance procedures
and programs as well as the implementation of environmental and social due diligence
during the operation phase;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 80
e. Propose to the Contracting Authority methods for monitoring the functionality of the
Project's structures and equipment;
f. Propose to the Contracting Authority a technical assistance specification for the operation
and maintenance of the entire Accepted Development.

III-5 SCOPE OF MISSION 5: CAPACITY BUILDING AND SKILLS TRANSFER DURING THE
CONSTRUCTION AND OPERATION PHASES 
1. Training and capacity building of the Contracting Authority's staff by the Consulting
Engineer
The Consulting Engineer shall include in his technical and financial bid the development and
implementation of a plan for the Contracting Authority’s capacity building during the construction
and operation phases over a period of five (05) years.
The Contracting Authority's representatives shall be seconded to the Consulting Engineer on a
permanent basis for the duration of the assignment in order to acquire skills in the monitoring and
control of a hydropower development project.
2. Training and capacity building of the Contracting Authority's and Delegated
Contracting Authority's staff and other actors by the Consulting Engineer
The Consulting Engineer shall include in their technical and financial bid, the development and
implementation of a capacity building plan for the Contracting Authority and the Delegated Contracting
Authority’s staff, and other stakeholders during the design, construction and operation phases. This
capacity building plan will be spread over five (05) years.
The representatives of the Contracting Authority, the Delegated Contracting Authority and other
stakeholders will be seconded to the Consulting Engineer on a permanent basis throughout the latter's
contract term to acquire skills in the monitoring, control and operation of a hydropower scheme.
The areas of intervention of the capacity building plan are as follows:
- Technical (civil engineering, topography, geology, hydrology, hydraulics, electromechanics,
electricity, transmission, distribution, environment, resilience of structures to the harmful effects
of climate change, etc.)
- Financial;
- Economic;
- Legal (structuring a PPP project, drawing up and monitoring IPP contracts);
- Project management;
- Operation and maintenance of hydroelectric facilities, training on integration in one or more
hydropower plants throughout the duration of the works;
- operation of hydroelectric facilities.

To enable the Contracting Authority's and Delegated Contracting Authority’s staff, and other
stakeholders to build their capacities for an optimal follow-up of the said Project, the Consulting
Engineer shall:
1.1- Take stock of training needs:
 Identify the training needs of the staff;
 identify the actors for the training plan: professionals in the electricity industry, academic
institutions, centers of excellence, laboratories, etc;
 Analyse the training needs;
 Formalise the training needs.
1.2- Develop the training plan:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 81
 Define a short-, medium- and long-term training plan, with objectives to be achieved; 
 Establish priorities in training needs and choices;
 Identify the different possible forms of training: mentoring, internal/external training,
continuous training, training of trainers, etc;
 Draw up a set of specifications for each training course identified;
 Plan and budget the training actions to be implemented;
 Propose a case to seek funding for the said training.
1.3- The implementation and evaluation of training courses will include:
 Organising and monitoring the Contracting Authority's staff training actions: selecting and
contracting external service providers and internal trainers, coordinating the pedagogical and
logistical aspects of training actions;
 Evaluating the different levels of training followed by the Contracting Authority's staff: training
provided by the Consulting Engineer and by the Contractor.
The training plan for the Contracting Authority's staff will be implemented in Cameroon and
Congo as well as in local training institutions, research laboratories, and hydropower plants under
construction and operation still (in Cameroon and Congo).
The said training plan shall be based on, but not limited to, the following aspects:
- Planning and management of hydropower projects;
- Design and sizing of hydropower projects (civil engineering, topography, hydrology, geology,
geotechnics, hydraulics, electromechanics, electrical engineering, environment, electricity,
contract and partnership management, etc.);
- Monitoring of the implementation of a hydroelectric development project (steering, scheduling,
dash boards, performance indicators, etc.);
- Operation and maintenance of the works and related equipment of a hydroelectric
development;
- Management of dam safety;
- Annual participation in the forums and symposiums of the World Commission on Large Dams.
Certificates may be issued after the training of the Contracting Authority's and Delegated
Contracting Authority's staff and of the other actors, if necessary.

2. Specific training and capacity building of the Project Management staff by the
Consulting Engineer

3. Training and capacity building of the Project Management Staff by the Consulting
Engineer
The Consulting Engineer is expected to:
a. Ensure the organisation and holding of training sessions for the Project Management staff, both
on the Project implementation site and at the Contractor's head office for engineering studies,
equipment sizing, construction, operation and maintenance of infrastructure and equipment;
the training programmes for the Project Management staff must enable them to carry out their
tasks properly;
b. Develop and submit to the Contracting Authority for validation, the specific training
programmes to be conducted by the Partner in relation to the implementation of the Chollet

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 82
hydropower scheme, so as to integrate the participants in the execution of the works and to
raise the future operators’ awareness on the design and anticipated behaviour of the works;
c. Participate with the Partner in the development of a specific training programme on the
operating instructions of the scheme, focusing on the description and simulation of the most
common operating manoeuvres;
d. Participate with the Partner in the drawing up of a specific training programme on the operating
instructions of EHV/HV lines and EHV/HV/MV transformer substations, MV/LV substations for
rural electrification;
e. Ensure, together with the Contracting Authority, the organization of all necessary training
courses for the staff in charge of the operation and maintenance of the facilities, both at the
equipment manufacturers premises, at the hydroelectric plants in operation or under
construction, and at the Partner's head office.

The training plan for the Project Management staff will take place abroad, both at the
Consulting Engineer's and the Partner's head offices, as well as in centers of excellence in the electricity
industry, research laboratories, and hydroelectric plants under construction and in operation. These
training sessions may also take place in Cameroon, Congo or in any other country with an environment
similar to that of the project area.
III-6 SCOPE OF ASSIGNMENT 6: Setting up a computer system for the Project.
1- Physical and digital archiving of all Project-related documents: Preliminary design,
drawings, calculation notes, reports, contracts, statements, agreements, laws, decrees, circulars,
decisions, standards, administrative correspondence, training, specifications, plant operating manual,
monitoring data, aerial and terrestrial photos, media and video library of the project, etc...
2- Setting up a video library for the various construction works
2-1 Production of a documentary film of a maximum duration of two (02) hours tracing the major
stages of the Project (design, construction and operation);
2-2 Production of a photo album (digital and physical) including aerial and terrestrial photographs
describing the progress of the works during the design, construction and operation phases.
3-Setting up a Geographic Information System (GIS)
3-1 Design of the GIS
The GIS must be able to represent the Project site and its immediate environment within the
area of influence of the Chollet hydroelectric facility. The GIS shall incorporate the following information
during the design, construction and operation phases:

- Spatial references (coordinate and projection system);


- The Geographic North;
- The coordinate grid;
- Basic elements (road network, hydrographic network, administrative boundaries, etc.);
- The populations’ resettlement area;
- Road types (national road, divisional/primary, secondary...);
- The formation layers present and surrounding the site (geology, vegetation and wildlife
formations by type, park, reserve, population density or villages...);
- The infrastructure present or surrounding the site;
- Some of the names of surrounding places for better location;
- Contour lines marked in the maps;
- Maps at the scale of the Division, while locating them on a national map;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 83
- The hydrographic network in the vicinity of the site (hydrographic basin);
- Mapping of the land area of the different Project components;
- Thematic maps of the flooding zone of the reservoir, the safety zone, the downstream
impact zone in case of dam failure, the dam influence area, extension of the reservoir...);
- The flood wave path in the event of dam or gate failure, based on a hydraulic model +
Digital Terrain Model;
- The population likely to be impacted by the flood wave;
- Aerial photographs during the design, construction and operation phases;
- GPS readings of the boundary markers of the Project land area;
- GPS readings of the dam monitoring system and hydro-meteorological stations;
- The land movement monitoring system obtained by remote sensing of Radar satellite
images (SAR);
- The villages located upstream and downstream of the dam;
- The electrified and non-electrified localities of the South and East regions of Cameroon and
those of Congo;
- The EHV, HV, MV and LV electricity network in the South and East regions of Cameroon as
well as those of Congo;
- All areas of the South and East regions of Cameroon as well as those of Congo.
- Areas of synergistic interest.
3-2 Sharing GIS data with other users
- Enable the sharing of the flood wave mapping calculated as part of the hazard studies with
the relevant administrations of both States
3-3 Proposal of a data sharing system among several users
- Creation of a geographical data repository to be shared;
- Inventory of potential users of the data stored in the GIS;
- Setting up and testing a technical demonstrator based on a spatial database, a GIS server
and a data catalogue;
- Access to data via intranet/internet interface for consultation and desktop GIS;
- Definition of data governance;
- Tools to be used (non-exhaustive list): ArcGIS Server, Geoportal Server + IntelliGIS.
IV Reports and documents
The Consulting Engineer is required to provide reasoned opinions to the Contracting Authority on all
deliverables produced by the Consulting Firm, including:
- The reports containing all the notes referred to in mission 1 in French or English;
- All the additional study reports and Terms of Reference referred to in his missions;
- The Tender File: Tender File option for a BOT type contract or other with several lots, lot 1
Hydroelectric development (dam, plant, substations), lot 2 Transmission networks (evacuation
lines and substations);
- The project's Tender File (Section 1: Dam, power plant; Section 2: Power lines and associated
substations; Section 3: Access road, Contracting Authority's living quarters and other facilities);
- the Draft Construction Contract
- The GIS and the computer equipment for its use.
On behalf of the Contracting Authority, the Consulting Engineer shall receive from the Partner,
the following documents and reports in accordance with the provisions of the EPC Contract (non-
exhaustive lsit):

I. Proposed Organisation and schedule of works Ten (10) copies


Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 84
II- Nominal list of specialised workers Ten (10) copies
III. List of equipment and materials used on the site Ten (10) copies
IV. Fire and Electricity Safety Plan Ten (10) copies
V. Documents "collections" consisting of: Ten (10) copies
- Technical brief
- Technical specifications
- Computer support on AutoCAD
- Final operation and maintenance manuals for the works
Computer support (in dwg, dxf, shp, kmz formats);
- Final operation, maintenance and upkeep manuals for
structures and equipment.
VI. Plans, diagrams, assembly instructions and Ten (10) copies
provisional operating and maintenance instructions of
works and various equipment.
VII. Plans labelled READY FOR EXECUTION - Ten (10) copies in reproducible
form;
- Ten (10) copies in digital format.

The Consulting Engineer shall prepare and deliver to the Contracting Authority, as part of his
services, the following documents and reports:

I. Monthly Progress Report Ten (10) copies


II- Quarterly progress report and financial situation Ten (10) copies
(according to the table of contents and the open-ended
outline presented below):
III. Report on the tests and controls carried out on the Ten (10) copies
equipment
IV. As-built report on the execution of the work Ten (10) copies

SUMMARY OF THE QUARTERLY REPORT


1. Context
1.1. Highlights;
1.2.Activities carried out.
2. Financial monitoring report
2.1. Sources and uses of consolidated funds as at ............. ;
2.2.Table of use of funds by project activity as at ........ (consolidated);
2.3. Bank reconciliation statement as at .......... ;
2.4.Table of budget monitoring as at ............ (consolidated);
2.5. Status of commitments as at ............. (in CFAF) and currencies;
2.6. Monitoring of disbursements per component as at................
3. Progress Report on procurement / subcontracting activities
4. Report on the progress of activities
5. Non-compliance follow-up report
6. Report on the quality, hygiene, safety, health and environment on the site
7. Difficulties encountered in the implementation of the Project.

SUMMARY OF THE QUARTERLY REPORT


1. Context
1.1. Highlights;
1.2.Activities carried out.
2. Financial monitoring report
2.1. Sources and uses of consolidated funds as at .............
Previous Quarter Cumulative Six-month
financial Forecast
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 85
year
Details Total Details Total Details Total
I- RESOURCES
Funding (BANK)
Subtotal
Funding from the States
(Cameroon/Congo)
Subtotal
Beneficiaries’ Contributions
Subtotal
Total funding
II- EMPLOYMENT
Position 1
Subtotal
Position 2
Subtotal
Position 3
Subtotal
Total expenditure
receipts minus expenditures
Net change in cash
Opening balance
III TREASURY
Designated accounts
(BANK)
Account (BANK)
Lender Account 1
Lender Account 2
Lender Account 3
Counterpart Accounts
(PIB)
Counterpart 1
Counterpart 2
Total opening cash balance
Net cash available
Closing balance
Account (BANK)
Lender Account 1
Lender Account 2
Lender Account 3
Counterpart 1
Counterpart 20
Total closing balance

Comments
2.2. Table of use of funds by project activity as at ........ (consolidated)
Code Compo Previous financial year Quarter Cumulative
nent/
Project In In
Project Length CFAF CFAF
Activit
y
Expec Effectiv Gap Expec Effectiv Gap Expec Effectiv Gap
ted e ted e ted e

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 86
Grand
total

Comments
2.3. Bank reconciliation statement as at ..........
Reconciled balances as at ...........
Branches Bank domiciliation / Balance in Balance in Gaps Observations
Account number bank (CR) branch
books (DT)

2.4. Table of budget monitoring as at ............ (Consolidated)

FOR THE PERIOD ENDING ON...... FOR THE WHOLE FINANCIAL


YEAR
Code Item (1) (2) (3)=(2)-(1) (1) / (2) (4) (5)=(4)-(1) (1)/(4)
Achievements Budget Available % Budget Available %
Exec Exec

Grand
total

Comments
2.5. Status of commitments as at ............. (in CFAF)
Branches Amount Amount Balance Amount Amount Balance
committed cleared (CFAF) committed cleared (CFAF)
(CFAF) (CFAF) (CFAF) (CFAF)
1
2
3
Grand total

Comments
2.6. Monitoring of disbursements per component as at ................
Code Item For the period ending on..... For the whole financial year
(1) (2) (3)=(2)- (1)/(2) (4) (5)=(4)-(1) (1)/(4)
(1)
Achieveme Budget Available %Exec Budget Available %Exec
nts
A1
A13

Comments
3. Progress report on procurement/subcontracting activities

Type of Activities Status of the Actions Problems Proposed solutions/


Contract activity at the undertaken encountered Recommendations
s end of the during the
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 87
preceding period
period

Comments
4. Activities Progress report
Activities Expected Situation in the preceding Progress during the Observations
results period from ........... period
to ...........

5. Non-compliance follow-up report

Activitie Nature of Situation in the Current situation Observations Proposed measures


s the non- preceding period as at ..................
complianc from ...........
to ...........
e

Programme of activities for the quarter starting from ................ to ....................


In thousands of CFAF
Analytical Expected Person responsible Schedule Quarters AMOUNT
code results of the activity/task EXCLUDING
TAXES
Activities/ Start End 1 2 3
Tasks date date A M J

5. Non-compliance follow-up report


6. Report on the quality, hygiene, safety, health and environment on the site
6. Difficulties encountered in the implementation of the Project.

IV. PLANNING OF THE EXECUTION OF SERVICES


The Consulting Engineer is expected to:
 Adapt the schedule for the execution of the services to the actual execution time limit
of the works as proposed by the constructor;
 Regularly review and, if necessary, propose changes to the schedule for the execution
of the engineering services to be provided in accordance with the progress of the works
so that these do not cause delays in the progress of the works.

V. HUMAN AND LOGISTICAL RESOURCES

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 88
a) The Consulting Engineer's Team
The Consulting Engineer shall develop the organisational chart according to what is needed for
the Project. Each position shall be assigned to highly qualified professionals. It is specifically required
that the supervisory team members on site have relevant experience in the supervision of similar
hydropower Projects including dam, plant, step-up and step-down substations, EHV, HV and MV power
lines, paved access roads and crossing structures, on Projects of similar size completed within the last
10 years, preferably in sub-Saharan Africa.
All members of the Consulting Engineer's supervisory team should be able to speak and write in
English or French.
The Contracting Authority's delegated Contracting Authority’s and other actors counterpart
staff, undergoing training with the Consulting Engineer, shall draw up a person-month table of all staff
delegated by tasks described below:
The Consulting Engineer's key staff should have significant professional experience in similar
hydropower projects:
1. Project Manager, Civil Engineer or Hydraulic Engineer with a very strong cumulative
experience in hydroelectric and hydraulic schemes, having at least 20 years of professional
experience, including at least 15 years as project manager, project team leader, or member
of an independent expert panel in the control and monitoring of hydroelectric schemes with a
capacity of 600 MW or more each.
He/she shall be responsible, among others, of defining the capacity building policy for the
Contracting Authority's and Delegated Contracting Authority’s staff, other actors, academic
trainees, and young Cameroonian/Congolese professionals that the Consulting Engineer
undertakes to recruit during their contract period. Each of the twenty-three (23) experts of
the Project Manager shall be assigned a local young professional in their speciality. The said
young professionals shall be approved in advance by the Project Director.
He/she shall be available and operational as soon as the services of the Consulting Firm
begin. He/she shall divide his/her time optimally between the head office, meetings with the
Cameroonian/Congolese authorities and the Project site with the Resident-Site Development
Manager.
After the design review phase at the head office, he/she shall carry out assignments at the
Project site during the construction phase to assist the Resident-Site Development Manager
in the management of the Partner's teams and subcontractors on site and to assess the
technical and contractual aspects of the works.
He/she shall spend approximately 80% of the time at the head office and 20% on site.
2. Resident-Site Development Manager, Civil Engineer with fifteen (15) years of
professional experience including at least five (5) years working for the Consulting Engineer
as Resident-Site Development Manager for dam works. He/she should have experience in
studies, construction, project management or assistance to the Contracting Authority as the
Resident-Site Development Manager in similar Projects with a capacity of 600MW or
moreeach.
The Resident-Site Development Manager shall spend all of his/her time on site and shall
appoint a deputy to act as interim manager in case of any absence. He/she shall be mobilised
on site as soon as the service order is issued to the Partner and shall perform his/her role as
representative of the Consulting Engineer on the site (delegation of certain tasks from the
Project Manager) until the end of the works. He/she shall also be responsible for the Project’s
monitoring and evaluation and shall send a monthly report to the Project Management.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 89
He/she shall remain there throughout the duration of the works until the end of the
guarantee period in order to initiate the "post completion services".
3. Structure Expert (Civil Engineering degree / Structure Specialist (five years of
higher education) with fifteen (15) years of professional experience. He/she must have
experience in studies, construction or project management or assistance to the project owner
with a good mastery in structure modeling (dams, roads/engineering structures/buildings,
electrical support infrastructures, transformer substations).
He/she will coordinate all studies or works related to civil engineering (concrete, earthworks,
electrical support infrastructures, permanent and temporary lifting and handling equipment)
under the supervision of the Resident Site Manager.
4. Hydrologist (at least 5 years of higher education in hydrology), with at least fifteen
(15) years of experience in hydrological studies, construction, project management or
assistance to the contracting authority. He/she must be specialized in the reconstruction of
hydrological data of watersheds. He/she must have experience in studies, construction or
project management or assistance to the project owner as a Hydrological Expert in at least
one hydroelectric project. Knowledge of the hydrological context of the Congo basin will be
an asset.
He/she shall work jointly with the institutions and administrations of his/her field of expertise
in validating the hydrological models of the Consulting Firm and the sizing of the Project
floods, the Geologist and Geotechnician experts for the review of the hydrological and
geological studies.
5. Geological Expert (Engineer in Geophysics or Geology ( minimum 5 years of
higher education) or equivalent): with a professional experience of at least fifteen (15)
years with experience in studies, construction, project management or assistance to the
project owner as a Geological Expert in at least one hydroelectric Project. He/she will be
responsible for the analysis and interpretation of all geological studies in the project area.
He will be part of the study review team. He will monitor the excavation and grouting work
and will stay on site throughout the duration of the work. He must have participated in at
least two similar projects.
6. Geotechnical expert (Civil Engineer or Master in geotechnics or equivalent,
diploma minimum 5 years of higher education). Responsible for supervising the
operation of borrow pits and quarries, excavation and backfill works. He/she must have at
least fifteen (15) years of professional experience in geotechnical studies, construction,
project management or contracting. He/she must have participated in at least one
hydroelectric project with a capacity of 200 MW or more. He/she will be mobilized during the
quarrying and borrowing phases, excavation work and will stay on site throughout the
duration of the said work.
7. Electro-mechanic (Mechanical engineer or electro-mechanic with a minimum 5
years of higher education), with at least fifteen (15) years of professional experience.
He/she must have participated in projects of studies, design, construction of hydromechanical
and hydraulic equipment of hydroelectric schemes (protection gates, canals, pipes, spillways,
trash sluices) of a capacity equal to or greater than 600 MW each. He/she shall take part in
the preparation of numerical and physical models. He/she shall be involved in the studies
review phase and throughout the installation of the hydro-mechanical equipment, pressure
pipes and gates.
8. Turbine expert (Hydraulic engineer/hydromechanical engineer with at least 5
years of higher education)), with at least fifteen (15) years of experience in the design
and construction of hydroelectric facilities equipped with turbines. He/she must be specialised
in the elaboration of guides and methods for the operation and maintenance of the said
turbines. He/she will be involved in the studies review phase and will monitor the
manufacture and factory testing of the turbine generators. He/she must have experience in

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 90
studies or project management or assistance to the Contracting Authority as a Turbine Expert
in similar projects with a capacity of 600MW or more each.
9. Power line engineer (degree in Electrical Engineering, Electrotechnical or
Electromechanical Engineering, at least 5 years of higher education)) or equivalent,
with at least fifteen (15) years of professional experience. He/she must have participated in
at least one project involving the construction of electricity lines, the installation of extra high
voltage (EHV) pylons (minimum 400kV), cables pulling, and the construction of foundations
for transformer substations with a capacity of 200MW or more. He/she shall participate in
validating the studies and monitoring the construction work on the lines.
10. Substation Engineer (degree in Electrical Engineering, Electrotechnical or
Electromechanical Engineering, at least 5 years of higher education), with at least
fifteen (15) years of professional experience. He/she must have experience in studies,
construction, project management or assistance to the Contracting Authority as a Substation
Engineer (minimum 400kV). He/she must have participated in at least one similar project
with a capacity of 200MW or more. He/she should be an engineer specialised in the design
of overhead electrical substations with in-depth knowledge of transformers and the
maintenance of substation equipment. He/she will participate in the validation of studies and
the monitoring of substation construction works.
11. Telecommunications/Remote Control Expert (degree in Telecommunications or
Electronic Engineering, at least 5 years of higher education), with at least fifteen (15)
years of professional experience. Engineer specialised in the design of telecommunications
and remote control systems for electricity transmission infrastructure in connection with
SCADA, he/she will participate in the validation of studies and the monitoring of works.
He/she must have experience in studies, construction, project management or assistance to
the Contracting Authority as a Telecommunications/Electronics Expert in similar projects with
a capacity of 200MW or more.
12. SCADA Expert (degree in Electrical, Telecommunications or Electronic
Engineering, at least 5 years of higher education)), with at least fifteen (15) years of
professional experience. Engineer specialised in the design of SCADA for electricity
transmission infrastructure, he/she will participate in the validation of studies and the
monitoring of SCADA operations. He/she must have experience in studies, construction,
project management or assistance to the Contracting Authority as a SCADA Expert in similar
projects with a capacity of 600MW or more each.
13. Relay Protection Expert (degree in Electrical Engineering, Electro-technical
Engineering or Electro-mechanical Engineering, at least 5 years of higher
education), with at least fifteen (15) years of professional experience. Engineer specialised
in the study and the implementation of digital protection for EHV and HV electric networks
He/she will participate in the validation of studies and the monitoring of relay protection
works. He/she must have experience in studies, construction, project management or
assistance to the Contracting Authority as a Relay Protection Engineer in similar projects with
a capacity of 600MW or more each.
14. Expert in embankments, earthen dams and rockfill. Civil Engineer / Rural
Engineer (minimum 5 years of higher education) with at least fifteen (15) years of
professional experience. He/she must have participated in the preparation and supervision of
hydroelectric development works. He/she will be responsible for the supervision of the
implementation of the embankments and the quality of soil. He/she will be mobilized during
the execution of the earth and rockfill dikes. He/she must have experience in studies,
construction, project management or assistance to the project owner as a Civil
Engineering/Rural Engineering Expert in at least one project for the construction of a water
reservoir with a height of at least 60 m.
15. Concrete and Aggregate Expert Civil Engineer (at least 5 years of higher
education) with at least fifteen (15) years of experience in the design and implementation
of conventional concrete dams. He/she will be responsible for monitoring concrete
placement, including concrete plants and screening/crushing tests, as well as concrete

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 91
development tests and test boards. The Expert must have participated in at least one
concrete dam project of 400MW capacity or more.
16. Contract Expert, University degree (5 years of higher education), with at least
fifteen (15) years of professional experience in the management of contracts for studies,
construction and supervision of infrastructure works in Cameroon or Congo. He/she shall
have proven expertise in the public contracts code of Cameroon and Congo and in FIDIC
standards. The Expert will be responsible for ensuring that at least 30% of the Chollet
Hydroelectric Project and associated power lines is executed by local Cameroonian and/or
Congolese companies. He/she must have participated in at least one concrete dam project of
200MW capacity or more.
17. Financial Expert, degree in financial engineering (5 years of higher education),
with at least fifteen (15) years of professional experience in studies, construction and
supervision of infrastructure works in Cameroon or Congo. He/she must have proven
expertise in Financial Markets as well as experience in studies, project management or
assistance to the Contracting Authority as a Financial Expert or in at least one similar project
with a capacity 200MW or more.
18. A legal expert with a university degree in law (minimum 5 years of higher
education) and at least fifteen (15) years of professional experience in studies, construction
and supervision of infrastructure works in Cameroon and/or Congo; he/she must have
experience in studies, construction, project management or assistance to the contracting
authority as a legal expert in at least one similar project with a capacity of 200 MW or more.
19. Insurance expert, Diploma in Insurance (5 years of higher education), with at least
fifteen (15) years of professional experience in studies, construction and supervision of
infrastructure works in Cameroon or Congo. He/she must have proven expertise in Financial
Markets with a minimum of five (5) years of experience in insurance. He/she should have
experience in studies, construction, project management or assistance to the Contracting
Authority as an Insurance Expert in at least one similar project with a capacity of 200MW or
more. .
20. Occupational physician, holder of a degree in Occupational medicine or Public
health (minimum 7 years of higher education), with at least fifteen (15) years of
professional experience in the field of occupational medicine. He/she should have expertise in
the management of health issues related to the implementation of infrastructure projects that
have employed at least 1,000 people. The Physician will be responsible for defining,
implementing and monitoring the health strategy in the Project area. He/she must be a
Cameroonian or Congolese citizen.
21. Environmental Expert, holder of a degree in environmental sciences ( minimum 5
years of higher education), specialist in control/supervision of actions related to the
implementation of environmental and social due diligence, fifteen (15) years of professional
experience in the studies of environmental and social assessments of hydroelectric
development projects. He/she must have experience in studies, construction, project
management or assistance to the project owner as an Environmental Expert in at least one
similar project with a capacity of 200 MW or more.
He/she will be mobilized at the head office during the period of review of the studies and the
preparation of the: SEA, CRP, ESMP, IP, BAP and SEP. On site, he/she will participate during
the works according to the working methods of the company and will control the
implementation of the environmental and QHSSE due diligences prepared by the company.
22. Socio-Economist Expert, Graduate in social sciences (minimum 5 years of higher
education), expert in social sciences with at least fifteen (15) years of professional
experience in the conduct of socio-economic studies and social engineering. He/she must
have experience in studies, construction, project management or assistance to the
contracting authority as a Socio-Economist Expert in large-scale infrastructure projects with a
value of 100 billion CFA francs or more.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 92
23. Anthropologist expert (degree in anthropological sciences or similar field with
minimum 5 years of higher education), with a good knowledge of the anthropological
environment of the project area. He/she should have at least fifteen (15) years of experience
in anthropological studies of infrastructure projects. He/she will participate in conducting
ESIA, RAP, IMP, SEP studies. He/she shall have experience in studies, construction, project
management or assistance to the Contracting Authority as an anthropologist Expert in large-
scale infrastructure projects in forest areas.
24. Topographic Expert, Topographic Engineer/Geometrician or equivalent,
(minimum 5 years of higher education), with at least fifteen (15) years of professional
experience and having participated as a topographic expert in bathymetry, lidar and ground
surveys in studies, construction, project management or assistance to the project owner, in
hydroelectric projects, or power transmission lines. He/she will be mobilized throughout the
construction period for all topography-related issues.
25. Geographic Information System (GIS) Expert, (5 years of higher education in
GIS/geomatics minimum), at least fifteen (15) years of professional experience and a
very good mastery in setting up Geographic Information Systems. He/she must have
previous experience in studies, construction, project management or assistance to the
Contracting Authority as a GIS Expert in hydroelectric or electricity transmission line projects.
b) Logistics
1. Prior to the availability of the Contracting Authority's living quarters on the Chollet
hydroelectric project construction site:
Pending the construction and equipment by the Contracting Authority of offices for the
consultant engineer on the Chollet construction site, the latter's experts will be housed in the base
camp built by the company.
These premises, with offices and meeting rooms, must be able to accommodate the following:
- the Contracting Authority's staff;
- the Consulting Engineer's staff.
In addition, it will be up to the Consulting Engineer to define in the contractor's works contract the
specifications for the premises required for his services.
2. Upon availability of accommodation for the Consulting Engineer at the Chollet
Hydroelectric Scheme construction site:
The Contracting Authority shall provide the Consulting Engineer, through the Contractor, with
office space supplied with water and electricity. These premises will be equipped, furnished and air-
conditioned for all office rooms, at the Contractor's expense throughout the duration of the works.
A telephone exchange with individual lines and internet connection installed at the office level by
the Contractor, but the communication fees will be borne by the Consultant Engineer. The premises
will be maintained and secured by the Contractor. The size of the premises and their equipment
shall be specified in the technical specifications of the Company's contract.
c) Equipment
c.1 In order to carry out the supervision assignment, the Consulting Engineer will require
accommodation for his/her experts. In addition, the Consultant shall provide the following office
equipment:
1. Complete state-of-the-art microcomputers;
2. Complete state of the art laptops;
3. A3/A4 photocopiers;
4. Multifunction printers (printer, scanner, fax);
5. A0 printer;
6. Digital cameras with memory cards of at least 05 Gigabytes;
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 93
7. A fax machine;
8. Mobile phones;
9. Licensed software and hardware in the fields of surveying, hydrology, geology,
geotechnics, civil engineering, hydraulics, electromechanics, electrical engineering,
power generation planning, GIS design, etc.;
10. Structural design software;
11. A 16 mega pixel scanner;
12. XL fax machine;
13. Appropriate inverters;
14. A camcorder;
15. Latest generation topographic equipment;
16. Acquisition of equipment for hydrometeorological, hydraulic, environmental and
sanitary monitoring of the works;
17. Acquisition of rolling stock, etc.
c.2 The Consulting Engineer will ensure the maintenance and repair of all this equipment, as well
as its renewal after depreciation if necessary. The equipment will remain the property of the
Project Management at the end of the services.
c.3 The Consulting Engineer may use his own fleet for the purpose of his services, subject to the
approval of the Contracting Authority, during the preparation phase. However, he will only charge
the Project a monthly flat rate per vehicle which covers all the costs relating to the use of the
vehicles assigned to the mission and covered by the Contract. These prices will take into account
in particular the purchase costs (including VAT) of the vehicles, depreciation, financial costs,
insurance, maintenance and repairs, as well as the purchase (including VAT) of fuel/lubricant,
spare parts, tyres, etc. They will be paid for on the basis of their actual use in the mission by the
staff to whom they are assigned, and any immobilisation for repairs (or any other cause) and/or
operation during the user's leave will not be covered.
c.4 The vehicles and equipment purchased by the Consulting Engineer for the Chollet Project
shall remain the property of the Contracting Authority, at the end of the contract, together with
the ten (10) station wagons assigned to the Project Management.
c.5 The Project Manager shall in particular:
 establish and submit to the Contracting Authority’s approval, a programme of actions
within fifteen (15) days from the date of notification of the service order to start the
services;
 ensure that the Contractor submits the administrative and technical documents
provided for in his contract within the prescribed time limits: insurance certificates,
various sureties, execution project, assembly plans, etc.
 check the Contractor's activity and give instructions to guarantee the normal progress
of the work within the agreed schedule;
 ensure the application of the instruments governing the works contract;
* stamp the Contractor's monthly summary attachment;
 ensure that the Contractor draws up and submits his monthly statement before the
fifth (05) of the following month;
 report on the progress of work by means of monthly reports, providing an update of the
situation on each site and by Contractor and submit before the 15th of the following
month in ten (10) copies;
 supervise the cantonnage work on the relevant networks(roads, electrical corridors,
watercourses);

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 94
 report, by means of special reports, on the difficulties encountered on the sites,
unforeseen events, and propose appropriate solutions;
 monitor the progress of work quantities and cumulative costs, and estimate expenditure
forecasts until the end of the work;
 draw up partial and final acceptance sheets for the works;
 organise, with the Contracting Authority and the Contractor, the partial or provisional
acceptance of the works;
 at the end of each year, draw up a physical and numerical report in thirty (30) copies
providing an update of the sites and the progress of works, giving assessments and
projecting the activities for the following year, while indicating the risk of slippage in the
work schedules;
 at the end, draw up a final physical and digital report in accordance with the model
provided, tracing the progress of the work, giving assessments and making a financial
assessment of the operation;
 finalise with the Contractor and/or approve the files sent to the Contracting Authority
for approval;
 draw up and notify service orders of a technical nature;
 prepare the observations and service orders to be signed by the Contracting Authority;
 propose site meetings;
 draw up the minutes and reports of the meetings to be signed by the participants;
 distribute the contradictory minutes of the site meetings and the weekly work reports;
 Produce reports on findings relating to the work executed, etc.;
The Project Manager and/or the Experts of his team shall ensure and follow up compliance by
the company of the environmental prescriptions defined in the Works Contract and the Environmental
and Social Clauses (CCES) in particular:
- The posting of regulations at the company taking into account environmental issues
(STDs, poaching, etc.);
- Respect for safety instructions in the workplace in accordance with Cameroonian or
Congolese regulations and the strictest international standards;
- Respect for QHSSE measures in the workplace;
- Controlling tree felling and clearing of undergrowth in accordance with standard
environmental clauses and compliance with standard guidelines concerning site
installations;
- Raising the awareness of site managers to environmental issues during weekly site
meetings and compliance with environmental regulations during the opening or closing of
borrow areas (site restoration), quarry operations;
- Optimal management of waste from the site.
The Project Manager shall ensure that he/she continuously provides all useful information to the
Project Management.
The monthly report must be submitted within fifteen (15) days of the end of the month
concerned. Similarly, the annual report shall be submitted within fifteen (15) days of the end of the
year in question. The final report shall be submitted thirty (30) days after the end of the services.
Fifty (50) physical and digital copies copies of the monthly report shall be submitted to
the Project Management for distribution.
One hundred (100) physical and digital copies of the final report shall be submitted to the
Project Management for distribution.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 95
If within one (01) month after the submission of the final report, the Contracting Authority
has not notified the Consulting Engineer of its observations, the report shall be deemed to be finally
approved.

VI. OBLIGATIONS OF THE CONTRACTING AUTHORITY


1. The Contracting Authority shall make available to the Consulting Engineer all documents in its
possession relating to the Chollet Project and enabling the Consulting Engineer to better carry
out his mission.
2. The Contracting Authority shall facilitate the Consulting Engineer's access to all documents and
archives of any kind as well as contacts with public, semi-public or private actors in Cameroon
and Congo in relation to the Chollet Project.
3. The Contracting Authority shall facilitate the entry and exit formalities of the Consulting
Engineer's staff and equipment in Cameroon and Congo and shall take care of the formalities
(visa, customs, etc...) concerning the free movement on all territories.
4. The Works shall facilitate the obtaining from the competent administrations and organisations
of the information and data that the Contractor may require.

VII. OBLIGATIONS OF THE CONSULTING ENGINEER

1. Local content
The Consulting Engineer is required to subcontract to certain specialised institutions and
Cameroonian or Congolese Technical Consulting Firms at least 30% of the amount of his Contract,
including taxes. The said subcontracting is distributed as follows (non-exhaustive list):
- in the field of topography, subcontracting with a Technical Consulting Firm specialised in
topographic studies with at least ten (10) years of experience in infrastructure studies;
- in the field of acquisition of satellite and aerial photographs and maps, subcontracting with the
Institut National de la Cartographie (INC, National Institute of Cartography) in Cameroon and
the Institut Géographique National (IGN) in Congo;
- in the field of hydrology and geology, subcontracting with the Institut de Recherches
Géologiques et Minières (IRGM) in Cameroon, the IGN and the Agence Nationale de l'Aviation
Civile (ANAC) in Congo, as well as all other institutions and administrations in these business
areas;
- in the field of geotechnics, subcontracting with the National Civil Engineering Laboratory
(LABOGENIE) in Cameroon and Bureau de Contrôle des Bâtiments et Travaux Publics (BCBTP,
Building and Public Works Control Office) in Congo;
- in the field of civil engineering works, subcontracting with a Technical Consulting Firm
experienced in the supervision of road works and engineering structures (BCBTP in Congo);
- in the legal field, subcontracting with a law firm with at least ten (10) years of experience;
- in matters of safety in the workplace, subcontracting with a consultancy firm specialising in
health and safety measures at work;
- in the environmental field, subcontracting with a consulting firm approved by the authorities in
charge of the environment in one of the States, with proven experience in environmental and
social assessments of infrastructure projects;
- In the field of quality control, subcontracting with a specialised company based in Cameroon
and/or Congo, with at least fifteen (15) years of experience in quality control.
In addition to the services dedicated to institutions and specialised consultancy firms, the Consultant
Engineer shall:
 Prepare a vocational training programme for Cameroonian and Congolese staff for
upgrading and application to the task;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 96
 Use local and foreign vocational training centres;
 Ensure technology transfer to selected local institutions and consulting firms.
Compliance with these provisions will be ensured under the control of the administrations in
charge of Employment, Labour and Social Security, Women's Affairs, Public Works, Environment, Health
and the Contracting Authority, each in their respective areas.

2. Confidentiality and discretion


The Consulting Engineer who, in the course of contract performance, has received confidential
information, documents or objects of any kind, shall be bound to keep such communication confidential.
In the event of a breach of this clause, the Contracting Authority reserves the right to terminate the
Contract to the detriment of the Consulting Engineer as provided for in the Public Contracts Code of
Cameroon and Congo.
Documents, plans, reports, etc., drawn up by the Consulting Engineer in the performance of the
contract are the property of the Contracting Authority. They shall not be published or communicated to
third parties without the Contracting Authority’s authorisation.

Independence of the Consulting Engineer vis-à-vis the Contractor and its


Subcontractors
During the performance of this contract, the Consulting Engineer shall not perform any services
on behalf of the Contractor under his supervisory authority.
The Consulting Engineer shall have the ten-year liability provided for in the Civil Code
concerning engineering works.

4. Documents
The Consulting Engineer shall make an inventory of all documents made available to them and
those produced during the course of their assignment for inspection purposes. These documents in
their custody shall be returned to the Contracting Authority at the end of the Contract in physical and
digital form. They must be considered as confidential and used as such.
To this end, they shall:
 Keep a physical and digital archive with a tree structure of all documents related to the Project:
studies, preliminary design, detailed design, execution plans, calculation notes, reports,
contracts, procurements, statements, agreements, laws, decrees, circulars, orders, decisions,
standards, official letters, training courses, specifications, project instruction and power plant
operation manuals, aerial, terrestrial, and fluvial photographs, etc.
 Set up a video library relating to the various construction works.

5. Address for service


The Consulting Engineer shall have an address for service in the premises built by the
Consulting Firm and/or the Contractor. However, the related operating costs shall be borne by the
Consulting Engineer.
They shall also be required to register with the local authority having territorial jurisdiction.

VIII. MISCELLANEOUS PROVISIONS

1. FINANCIAL BID
In his financial bid, the Consulting Engineer shall detail all the costs he will incur in carrying out
the assignments described above and in particular all staff costs in his home country and in the host
country for local employment. He shall mobilize his agents for local transport costs and the equipment
needed for the activities described above.
The costs in person per month will be evaluated in CFA francs.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 97
2. DURATION OF THE CONSULTING ENGINEER'S SERVICES
The duration of the works contract shall be seventy (70) months from the date of signature
of the service order to start work. The Consulting Engineer shall assist the Contracting Authority:
- during the execution of the technical studies carried out by the Technical Consulting Firm;
- during the construction period;
- during the acceptance operations of the works, equipment and installations;
- during the commissioning of the works, equipment and installations;
- during the warranty period;

3. EVALUATION OF THE CONSULTING ENGINEER'S PERFORMANCE


The performance of the Consulting Engineer's services in accordance with the provisions of Article 19 of
the SCC will be evaluated according to the following scale:

A: INSTALLATION (28 points)

Marks
Assessment indicators
Max

1. Registration period (15 days / Contract notification) 1

2. Time limit for setting up the bond (15 days/Contract notification) 2

3. Time limit for setting up insurance (20 days/Contract notification) 2

4. Time limit for the designation of an address (15 days/Contract notification) 1

5. Deadline for submission of the action programme (15 days/notification of the service order to 2
start work)

6. Relevance of the action programme 3

7. Deadline for mobilisation of the Project Manager (7 days /notification of the service order to 1
start work)

8. Compliance of the Project Manager with the offer 2

9. Deadline for mobilisation of engineers (7 days / notification of the service order to start work) 1

10. Compliance of monitoring engineers with the offer 2

11. Time limit for mobilisation of the equipment (30 days / Contract notification) 1

12. Compliance of the material with the offer 2

13. Presence of the documentation at the Project Manager's office (30 days / Contract 3
notification)

14. Deadline for submission of the reconnaissance summary report (7 days for the identification 2
of the dam axis)

15. Relevance of the reconnaissance summary report 3

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 98
B.: EVALUATION OF THE CONSULTING ENGINEER DURING THE EXECUTION
OF WORKS (42 points)

1. Deadline for organising the comprehensive visit (10 days / Service order to start work) 1

2. Time limit to revive the execution programme (15 days / comprehensive visit) 1

3. Time limit for programme transmission (30 days / Service order to start work) 1

4. Compliance of the implementation programme with the standardised framework 2

5. Comments on company facilities (15 days / Service order to start work) 1

6. Compliance of environmental and social provisions with legal standards (7 days for the 2
identification of the dam axis)

7. Deadline for reviving the execution files (5 days before starting work) 3

8. Compliance of approved implementation documents with standard drawings 2

9. Time limit to identify loans (10 days before the start of the work) 2

10. Deadline for advice on loan applications (5 days / receipt of applications) 2

11. Compliance of the materials used 2

12. Compliance of geotechnical tests 1

13. Compliance of geotechnical controls 2

14. Compliance of quarries and depot sites with environmental regulations 2

15. Regular maintenance of the site diary 2

16. Quality of the job site diary 2

17. Regularity of construction site meetings 2

18. Quality of site meeting minutes 2

19. Regularity of production of reports on findings relating to the work executed 1

20. Deadline for transmission of statements (3 days / receipt from the company) 1

21. Reaction time to new price request (3 days / receipt from the company) 1

22. Deadline for updating the Bill of quantities (5 days / agreement on changes) 1

23. Update of the disbursement schedule (before the 10th of each month) 1

24. Update of the execution schedule (before the 10th of each month) 1

25. Regular monthly reporting (by the 15th of each month) 1

26. Prompt response to requests from the administration (5 days / request) 1

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 99
27. Quick notification of technical service orders (2 days / signature) 1

28. Quick written response to defects (1 day for defects) 1

C: EVALUATION OF THE CONSULTING ENGINEER ON COMPLETION


OF WORKS (20 points)

1. Deadline for sending the supporting report (07 days / Company’s request for receipt) 3

2. Transmission deadline for the pre-acceptance report (3 days / after the visit) 1

3. Quality of the provisional acceptance organisation (support) 3

4. Existence of the report on the restoration of the premises 1

5. Quality of the preparation of the final statement (relations with the company) 3

6. Verification and relevance of remarks on the inventory plan 2

7. Deadline for submission of completion plan (7 days after receipt from the company) 1

8. Deadline for submission of final report (30 days / end of services) 2

9. Quality of the final report 4

NB: However, the above evaluation criteria may be reviewed by the Project’s Inter-
State Steering Committee.
The evaluation will be deemed satisfactory when the Consulting Engineer has obtained at least
75% of the total evaluation criteria for his performance. If this rate is less than 75%, it will be
considered as a performance failure and will be sanctioned by a penalty of 1/1000th of the amount
including all taxes of the Contract cost.
The monitoring of this performance and the technical acceptance of the Consulting Engineer's
services will be carried out by the Project’s Inter-State Steering Committee. The Committee shall meet
as and when necessary to evaluate the Consulting Engineer's performance.
Satisfactory evaluation is a prerequisite for issuing the Service Order to proceed with the
services.
The issuance of the report on the final acceptance of the services is a condition for drawing up
the general and final statement sanctioning the end of the Contract.

4. LAUNCHING OF THE EXECUTION OF THE SERVICES


The Consulting Engineer's staff will start working as soon as the Contracting Authority issues
the Service Order to start work. It is defined in the SCC.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines
Page 100
Section 7

SPECIAL CONDITIONS OF CONTRACT (SCC)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 101
SUMMARY

CHAPTER I: GENERAL PROVISIONS

Article 1- Purpose of the Contract


Article 2- Contract Award Method
Article 3- Definitions and Terms of Reference
Article 4- Contract Documents
Article 5- Communication
Article 6- Service Orders
Article 7- Domicile of the Technical Consulting Firm

CHAPTER II: PERFORMANCE OF SERVICES

Article 8- Execution time limit


Article 9- Description of the services
Article 10- Knowledge of the site and work conditions
Article 11- Obligations and responsibilities of the Control Office
Article 12- Subcontracting
Article 13- Approval of Staff and Equipment - Action Programme.
Article 14- International Transport

CHAPTER III: FINANCIAL CLAUSES

Article 15- Contract Amount


Article 16- Price Consistency
Article 17- Payment Method
Article 18- Payments to Third Parties
Article 19- Penalties
Article 20- Place and Method of Payment
Article 21- Advance payment and start-up
Article 22- Final Bond
Article 23- Pledge
Article 24- Insurance
Article 25- Price Variation
Article 26- Stamp and Registration
Article 27- Tax and customs regime

CHAPTER IV: MISCELLANEOUS PROVISIONS

Article 28- Reserved risks and case of absolute necessity


Article 29- Compliance with laws and regulations
Article 30- Labour legislation
Article 31- Settlement of Disputes
Article 32- Formatting and Reproduction of the Contract
Article 33- Termination of Contract
Article 34- Validity of Contract
Article 35- Editing and Distribution

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 102
CHAPTER I: GENERAL PROVISIONS
Article 1: Purpose of the Contract
The purpose of this Contract is to provide assistance to the Contracting Authority for the control and
supervision of the Design, Construction and Commissioning of the Chollet Hydoelectric Development Project and
related power lines
Article 2: Contract Award Method
This Contract is awarded on the basis of an Open International Invitation To Tender.
Article 3: Definitions and Awards
For the purposes of the provisions of this Contract, it is specified that:
1) The Contracting Authority, signatory of the Contract, refers to the Ministers in charge of Energy in
the States of Cameroon and Congo;
2) The Delegated Contracting Authority is the Project Manager;
3) The powers of the Contract Manager and the Contract Engineer are exercised by the Project
Management, hereinafter referred to as "the Manager" and "the Engineer" respectively;
4) The powers of the Provisional and Final Acceptance Committee are exercised by the Project’s Inter-
State Steering Committee;
5) The authorising officer for payments is the Contracting Authority.

Article 4: Contract documents


4-1- Documents included in the Contract:
The contract documents are, in priority order:
1) This Contract, including:
 the Special Conditions of Contract (SAC);
 the Terms of Reference (TORs)
 the Schedule of Unit Prices;
 the Bill of Quantities.
2) The Consulting Engineer's Bid and its annexes in all provisions not contrary to the Open International
Invitation to Tender File and this Contract;
3) The Open International Invitation to Tender File;
4) The General Conditions of Contract (GCC) applicable to public procurement in each country.
4-2- Applicable General Instruments:
With respect to provisions contrary to this Contract, the Consulting Engineer shall remain subject to the
laws and regulations in force in Cameroon and Congo.

Article 5: Communication
The Consulting Engineer shall address all written notifications or correspondence intended for the
Contracting Authority to the Chollet Project Manager.
With regard to correspondence addressed to other parties by the Consulting Engineer, a copy shall be
sent to the Contracting Authority and the Chollet Project Manager within the same period.

Article 6: Service Orders


The various Service Orders shall be issued and notified as follows:

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 103
- the Service Order to commence work shall be signed by the Contracting Authority and notified to the Consulting
Engineer by the Contract Manager;
- Service Orders affecting the subject matter, amount or time of the Contract shall be signed by the Contracting
Authority and notified to the Consulting Engineer by the Contract Manager;
- Technical Service Orders relating to the normal course of the work shall be signed by the Contract Manager and
notified to the Consulting Engineer by the Contract Engineer;
- Service Orders issued as formal notices shall be signed by the Contracting Authority and notified to the
Consulting Engineer by the Contract Manager;
- Service Orders for suspension and resumption of services due to bad weather shall be signed by the Contract
Manager on the proposal of the Contract Engineer and notified by the latter.
The Consulting Engineer shall have a period of fifteen (15) days to express reservations on any Service Order
received. Reservations shall not relieve the Consulting Engineer from executing Service Orders received.

Article 7: Address of the Consulting Engineer


The address of the Consulting Engineer shall be deemed to be his registered office. Within twenty (20)
calendar days of the notification of the Service Order to commence the assignment, the Consulting Engineer shall
occupy the premises made available to him by the Contracting Authority. If he fails to do so, notifications shall be
validly made to him at the Council housing the services of the Contract Engineer.

CHAPTER II: PERFORMANCE OF SERVICES


Article 8: Execution Time limit
The theoretical duration of the Contract is seventy (70) months. The Contract duration may be increased
or decreased to take into account the actual duration of the works or interruptions or suspensions of the works
without the Consulting Engineer being entitled to claim any change in the unit costs.
The period will be broken down into four (04) phases as follows:
- Phase 1: review and validation of the Project studies, Tender File and financial model (4 months);
- Phase 2: Monitoring and control of the construction works (60 months), including monitoring of the
impoundment and operation of the facility and its related equipment);
- Phase 3: Technical assistance during the guarantee period, 6 months (during the guarantee year).
Each stage shall begin following a signature by the Contracting Authority of a Service Order to start work and
notification to the Consulting Engineer by the Contract Manager.

Article 9: DESCRIPTION OF SERVICES


The detailed description of the services is provided in the Terms of Reference. The Consulting Engineer
shall remain fully responsible to the Contracting Authority and shall take all necessary decisions after consultation
with the Contracting Authority.
Article 10: Knowledge of the site and work conditions
The Consulting Engineer is deemed to have visited and examined the site of the works before submitting
his tender, to have become fully acquainted with the tender documents for the works, with all the constraints
imposed by the execution of the works and their control, with the local conditions likely to influence such execution
and, in general, to have obtained all information concerning the risks, hazards and circumstances likely to influence
his tender and necessary to ensure the control of works.
Article 11: Duties and responsibilities of the Consulting Engineer
The Consulting Engineer shall supervise the works in accordance with the obligations and requirements
contained in the Terms of Reference.
He shall be responsible for:
 complying with and ensuring compliance by the Contractor with the administrative and technical
clauses of his Contract;

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 104
 ensuring the monitoring and environmental control of the site in accordance with the directives in
force in Cameroon and Congo, as well as international practices regarding the safety of hydroelectric
works.
The expert will be held responsible if he has not taken all the necessary care to apply the procedures
provided for in the Works Contracts, in the event of failure or default by the Contractor and his subcontractors or
for all the administrative tasks incumbent on him, in particular with regard to:
 the drafting of Service Orders of a technical nature;
 the formulation of visas or approvals.
Failure to comply with its obligations after formal notice by the Contract Manager, may result in
replacement of the staff involved or termination of the Contract.
The duties and activities of the Consulting Engineer's key staff are incompatible with any other non-
project related duties or activities for the period during which they are employed by the Contracting Authority.
Article 12: Subcontracting
The Consulting Engineer is required to subcontract to certain specialised institutions and Cameroonian or
Congolese Technical Consulting Firms at least 30% of the amount of his Contract, including all taxes. The said
subcontracting is distributed as follows (non-exhaustive list):
 in the field of topography, subcontracting with a Technical Consulting Firm specialised in
topographic studies with at least ten (10) years experience in infrastructure studies
 in the field of cartography, subcontracting with the Institut National de la Cartographie (INC) in
Cameroon and the Institut Géographique National (IGN) in Congo for the acquisition of satellite and
aerial photographs and thematic maps;
 in the field of hydrology and geology, subcontracting with the Geological and Mining Research
Institute (IRGM) in Cameroon,  IGN and the Civil Aviation Authority (ANAC) in Congo, as well as all
other institutions and administrations in these fields of activity;
 in the field of geotechnics, subcontracting with the National Civil Engineering Laboratory
(LABOGENIE) in Cameroon and Building and Public Works Control Office (BCBTP) in Congo;
 in the field of civil engineering works, subcontracting with a Technical Consulting Firm having at
least fifteen (15) years of experience in the supervision of road works and engineering structures
(bridge and culvert);
 in the legal field, subcontracting with a law firm with at least ten (10) years of experience in the
management of infrastructure works contracts;
 in matters of safety in the workplace, subcontracting with a consultancy firm specialising in health
and safety at work (QHSSE);
 in the environmental field, subcontracting with a consultancy firm approved by the Ministers in
charge of the environment of both States, with at least fifteen (15) years of experience in the
environmental and social management of infrastructure projects;
 In the field of quality control, subcontracting with a company specialised in quality control, with at
least fifteen (15) years of experience in quality control.

In addition to the services dedicated to institutions and specialised consultancy firms, the Consultant
Engineer shall:
 prepare a professional training program for managers and staff designated by the Contracting
Authority, the Delegated Contracting Authority and other stakeholders for upgrading and
application to the assignment;
 use local and foreign accredited professional training centers as appropriate;
 ensure technology transfer to the selected local institutions and consulting firms.
Compliance with these provisions will be achieved under the control of the administrations in charge of
Employment, Labour and Social Security, Women's Affairs, Public Works, Environment, Health and the Contracting
Authority, each in their respective areas.
In any case, the Consulting Engineer will remain solely responsible to the Contracting Authority for the
performance of the services in accordance with his contractual obligations.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 105
Article 13: Approval of Key Staff and Equipment - Action Programme
13.1 Approval of Key Staff and Equipment
Approval of the Bid during the Open International Invitation To Tender phase shall constitute approval of
the staff and type of equipment submitted. Except in cases of force majeure duly recognized by the Contracting
Authority, the Consulting Engineer shall therefore be obliged to mobilize the staff listed in the Bid.
In the event of a change in the bid, the Consulting Engineer shall submit to the Contract Manager for
prior approval the list of equipment and/or staff not included in the bid and required to carry out the work, together
with a justification of their quality (CVs of the proposed experts, technical data sheets, start-up date for control
equipment, etc.) and their employment schedule. The expert to be replaced must have at least the qualifications of
the one replaced or comply with the OITF requirements.
The Contracting Authority shall then reserve the right to terminate the Contract without any claim by the
Consultant. In the event of a decision not to terminate the Contract, the Contract Manager shall automatically apply
a 10% reduction to the unit price of the expert(s) and/or equipment concerned.
The Consulting Engineer shall not be authorised to replace more than 25% of the staff, except in cases of
force majeure.
13.2 Action Programme
Within a maximum deadline of twenty (20) days from the date of notification of the Service Order to
commence work, the Consulting Engineer shall submit to the Contract Manager for approval, in twenty (20)
copies, the program of actions including
- a description of the proposed facilities and their location;
- the list and profiles of staff to be deployed;
- the list of support staff;
- the list of planned equipment, including geotechnical and topographical equipment;
- the list of vehicles and their use;
- the list of equipment necessary to perform its mission;

- the list of vehicles and their use; and

- the organisation to be put in place;


- the matrix of actions to be carried out;
- the chronogram of tasks;
- model forms (reports, job site diary, geotechnical tests, etc.),record of non-conformances, etc.).

The action programme shall become a contractual document after approval by the Contract Manager.
After approval of the action programme by the Contract Manager, the latter shall send a copy to the
Contracting Authority within five (5) days for validation, without suspensive effect on its execution. The
Contracting Authority shall notify the Contract Manager’s approval in writing. However, if the Contracting Authority
notes significant changes that alter the objective of the Contract or the scope of services, it shall return this copy of
the action programme to the Contract Manager, together with the reservations to be lifted within fifteen (15)
days of its receipt by the Consulting Engineer.
After approval and validation of the action programme, the Consulting Engineer shall reproduce the final
version of the action programme in twenty (20) copies.

Article 14 International Transport


In the event that the execution of this Contract requires the transportation of materials and equipment
from Cameroon to Congo and vice versa, such transportation shall be at the expense of the Consulting Engineer
and in accordance with the national and international regulations in force.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 106
CHAPTER III: FINANCIAL CLAUSES
Article 15: Contract Amount
The Contract amount, as shown in the Bill of Quantities, is CFA Francs ________________(____), including
all taxes.
It is obtained by applying the rate of the value added tax (VAT) to the amount exclusive of VAT.
The amount exclusive of VAT is obtained by applying the prices in the Unit price schedule to the quantities
in the Bill of Quantities and any discount granted by the Consulting Engineer.
The amount exclusive of VAT takes into account the advance on income tax deducted at the time of
payment and remitted to the Tax Authorities of both States.

Article 16: Price Consistency


The definition and consistency of the prices are specified in Article 1 of the price list.
Article 17: Payment Method
17.1 The Consulting Engineer shall be paid by means statements established by applying the prices in
the Schedule to the services actually performed and recorded in the attachments.
The attachments shall be signed by both the Consulting Engineer and the Contract Engineer.
17.2 The Consulting Engineer shall submit to the Contract Engineer two monthly statements (one
statement exclusive of VAT and one statement inclusive of VAT) for payment of all services and
supplies as defined in the Schedule of Unit Prices, performed during the current month.
The Consulting Engineer will only be paid for the statement exclusive of VAT. The settlement of
the VAT amount will be done from the Project Budget. For this purpose, a certificate of inclusion
in the Project budget may be issued to the Consulting Engineer on request for tax justification
purposes.
17.3 Ten (10) copies of the statements shall be prepared by the Consulting Engineer, approved by
the Contract Engineer, and verified and settled by the Contract Manager.
17.4 In the event of corrections to the statements, one (01) copy of the corrected statement shall
be sent to the Consulting Engineer.
17.5 The statements must be submitted to the Project Management no later than the twelfth (12th)
of the month following the performance of the services, with a view to their transmission to
the Cameroon Autonomous Sinking Fund (CAA) and to the Ministry of Finance of Congo, for
payment.
17.6 A copy of each statement will be sent to the Contracting Authority by the Project Management
for information.
17.7 The copies of the statements to be sent to the Project Management shall be accompanied by
copies of the relevant attachments.
17.8 The amount exclusive of VAT of the advance payment to be made to the Consulting Engineer shall
be mandated as follows, subject to harmonization of the texts of both countries: Amount paid
directly to the Consulting Engineer's account minus:
 3% paid to the Treasury as income tax (TSR), deducted from the salaries of foreign experts;

 2.2% paid to the Treasury as income tax (ISR/IR), deducted from the salaries of local
experts.
Article 18: Payment to Third Parties
In the event of non-compliance with the terms of the memorandum between the Consulting Engineer and
his subcontractor, the Contracting Authority reserves the right to pay the subcontractor directly, and the sums thus
paid shall be deducted from the Consulting Engineer's services. This provision does not preclude other penalties
which may be imposed on the Consulting Engineer for failure to comply with his obligations.
Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 107
Article 19: Penalties
19.1 Penalties for delay:
The Consulting Engineer shall be liable to a penalty of fifty thousand (50,000) CFA francs for each
calendar day of delay in the delivery of all contractual documents under this Contract, and in particular with regard
to the following:
- Submission of quarterly reports more than fifteen (15) days after the end of the period covered by
the report;
- Submission, more than fifteen (15) days after notification of the award, of a certificate of
domiciliation from the Consulting Engineer, close to the site of the works (art. 6 S.C.C) ;
- Distribution to all recipients beyond five (05) days, of the work statements from the date they were
signed by the Contracting Authority.
19.2 Penalties for work default
Work default shall be understood to mean in particular
 Any failure to react more than eight (08) days after the effective date on which the problem appeared on
the site, the minutes of the site meeting being considered as evidence in the event of a dispute, together
with the site diary. The Consulting Engineer shall be liable to a penalty of 1/20000th of his Contract for
each day of delay noted by the Contracting Authority in the application of the obligations due under this
Contract.
This includes all decisions and administrative tasks incumbent on the Consulting Engineer:
- Notification of technical Service Orders to companies by the Consulting Engineer (Art. 10 and 13 of
the SCC), preparation and dispatch of financial Service Orders to the Contracting Authority,
- Approval of staff and equipment (Art. 12 of the SCC and Art. 3 of the ToRs), approval of
subcontracting (Art. 11 of the SAC),
- Monitoring and environmental control of the site in accordance with the directives in force at the
Ministries in charge of Public Works in both countries,
- And more generally, all the technical and administrative obligations provided for in Articles 2, 3 and 4
of the ToRs.
 In the event of replacement (staff and equipment), the Consulting Engineer shall be liable to the penalties
provided for in Article 12 of the SCC.
 For any delay of more than five (05) days in the review and submission or rejection of the Construction
Project and as-built drawings submitted by the Consulting Engineer (and any Subcontractors). The
Consulting Engineer shall be liable to a penalty of 1/20000th of the Contract price for each day of delay.
 Unsatisfactory evaluation of the Consulting Engineer, that is, where the Consulting Engineer has obtained
at any stage less than 75% of the total of the criteria for evaluation of his performance, shall be
considered a performance failure and shall be subject to a penalty of 1/1000th of the Contract price
inclusive of tax.
Article 20: Place and Method of Payment
Payments shall be made by transfer in CFA Francs to account No. _____________________, opened in the
name of _________________, at ________ bank, __________________ Branch.

Article 21: Start-up advance payment


An advance payment may be made to the Consulting Engineer at his request. The amount of the advance
shall not exceed twenty percent (20%) of the amount of the Contract including taxes. It shall be
guaranteed at one hundred percent (100%) by a banking institution established in Cameroon or Congo and
approved by the Minister in charge of finance; the wording of the guarantee shall be in accordance with the model
attached to the OIITF.
The payment of the start-up advance bond shall in no way be a condition for the work to begin.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 108
The repayment of this advance shall be made by deduction from the advance payments or, if applicable,
from the balance due to the Consulting Engineer. It shall commence with the payment of 20% of the Contract
price and be completed when the amount of services invoiced reaches 80% at the latest.
The amount to be refunded at each statement is 25% of the total amount of the statement.
Article 22: Final bond
22.1. The final bond ensuring full performance of the services or performance guarantee will be set up within
twenty (20) days from the date of notification of the service order to start the services. The provisional
bond shall be returned to the Consulting Engineer after the provision of the final bond.
22.2. The amount of the provisional bond shall be four percent (4%) of the Contract price inclusive of tax.
22.3. The final guarantee may be replaced by a personal and joint guarantee from a banking institution established
on the Cameroonian or Congolese territory and approved by the Ministers in charge of finance.
22.4. The bond shall be returned, or the bank guarantee replacing it released, upon written request of the
Consulting Engineer, at the end of the services, after approval of the final report.

Article 23: Pledge
For the application of the pledging regime according to the regulations in force in Cameroon and Congo,
the following are designated as:
1) Authorising authority: the Ministers in charge of Energy of Cameroon and Congo;
2) Authority in charge of the liquidation of expenditures: the Director of the Chollet Project;
3) Accountants in charge of payments: Cameroon Autonomous Sinking Fund (CAA) and the Ministry in
charge of Finance for Congo, for the amount of the VAT;
4) Person responsible for providing information: the Contracting Authority through the Project
Management.
The pledge is subject to the rules applicable to public contracts in both countries.

Article 24: Insurance


The Consulting Engineer shall provide evidence, not later than twenty (20) days after the Contract is
notified, that he holds insurance policies covering damage of all kinds, including:
- an all-risk construction insurance policy including comprehensive professional liability insurance and
professional indemnity insurance;
- a Personal Accident Insurance Policy.
Article 25: Price variation
N/A
Article 26: Stamp and registration
Twenty (20) original copies of this Contract shall be stamped and registered by and at the expense of
the Consultant in accordance with the regulations in force in both countries.
Failure to comply with the time limit for registration may result in termination of the Contract. After
registration, nineteen (19) registered copies shall be returned to the Project Management to be distributed.
Article 27: Tax and customs regime
This Contract is subject to the tax regulations in force in Cameroon and Congo.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 109
CHAPTER IV: MISCELLANEOUS PROVISIONS
Article 28: Force majeure
Force majeure is defined as any external, unpredictable and insurmountable event that would prevent the
Consulting Engineer from fulfilling all or part of its obligations under the Contract.
The Consulting Engineer shall inform the Contracting Authority in writing within eight (8) days of any
force majeure event. Once such information is confirmed by the Contracting Authority, the Consulting Engineer may
be released from any liability for failure to comply with his commitments.
In any case, it is the responsibility of the Contracting Authority to assess the cases of force majeure and
the evidence provided by the Consulting Engineer.
Article 29: Submission to Laws and Regulations
The Consulting Engineer must comply with the laws and regulations applicable in Cameroon and Congo.
Article 30: Labour Legislation
The Consulting Engineer must comply with the regulations applicable in both countries as regards the use
of labour. He may not make any claim for compensation based on the conditions or difficulties that would result
from the performance of his services.
Article 31: Dispute Settlement
Any dispute arising between the contracting parties in connection with the Contract must be settled
amicably.
In the absence of an amicable settlement, all disputes shall be brought before the competent courts in
Cameroon or in Congo.
Article 32: Contract formatting and Reproduction
The drafting or formatting of the contract documents shall be carried out by the Contracting Authority.
The reproduction of this Contract, in twenty (20) copies subscribed shall be the responsibility of the
Consulting Engineer.
Article 33: Termination of Contract
The Contract may be terminated as provided in the Cameroon and Congo Public Contracts Codes.
Article 34: Validity of the Contract
This Contract shall only become final if it has been signed by the Contracting Authority. It shall enter into
force as soon as it has been notified to the Consulting Engineer and registered.
Article 35: Editing and Distribution
Twenty (20) copies of this contract shall be edited by the Consulting Engineer and distributed by the
Contracting Authority.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 110
Section 8

CONTRACT MODEL

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 111
REPUBLIC OF CONGO REPUBLIC OF CAMEROON
Unity- Work- Progress Peace- Work- Fatherland
---------------- --------------
MINISTRY OF ENERGY MINISTRY OF WATER
AND HYDRAULICS AND ENERGY
------------------ ----------------
CHOLLET Project Management Unit
P.O. Box: 103 Brazzaville

CONTRACT No.________/23/M/MINEE-MEH/DPC/2023
Awarded after Open International Invitation to Tender No._______/23/RIIT/MINEE-MEH/DPC/2023
of ____________ on the Selection of a Consulting Engineer to Assist the Contracting Authority in the
Control and Supervision of the Design, Construction and Commissioning
of the Chollet Hydroelectric Development Project and Related Power Lines

HOLDER: _______
P.O. Box _______________. Tel: ___________ Fax: _________
Business Registry No. ___________________
Taxpayer’s No. _________________
Account No. ____________________________Branch ______

SUBJECT: Assist the Contracting Authority in the control and supervision of the Design,
Construction and Commissioning of the Chollet Hydoelectric Development
Project and Associated Power Lines

PLACE: Chollet (Cameroon / Congo).

EXECUTION TIME LIMIT: Seventy (70) months.

AMOUNT IN CFA F Total Amount


INCLUDING VAT
EXCLUDING VAT
V.A.T. Cameroon/Congo 19.25%
“IR” Cameroon/Congo 2.2%
“TSR” Cameroon/Congo 3%
Net to be committed

BUDGET ALLOCATION: CHOLLET PROJECT ACCOUNT

SUBSCRIBED on ………………………………………
SIGNED on ………………………………………
NOTIFIED on ………………………………………
REGISTERED on ………………………………………

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 112
BETWEEN: THE MINISTERS OF ENERGY OF CAMEROON AND CONGO, hereinafter referred to as
: “THE CONTRACTING AUTHORITY”

ON THE ONE HAND,

And

THE CONSULTING ENGINEER (or CONSORTIUM): _________


P.O. Box: ____________ TeL: ___________/________ Fax: ________
Business Registry No.___________________
Taxpayer’s No. __________________
ACCOUNT No._____________________________ - Branch ___________

Represented by Mrs/Mr ______________________, its General Manager (or Representative of the


Consortium), hereinafter referred to as: “THE CONSULTING ENGINEER”

ON THE OTHER HAND,

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 113
IT IS HEREBY AGREED AND RESOLVED AS FOLLOWS:

TO BE INSERTED

 SCC
 TORs
 Schedule of Unit Prices
 BOQ

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 114
CONTRACT No.________/23/M/MINEE-MEH/DPC/2023
Awarded after the Open International Invitation to Tender
No._______/23/AOIR/MINEE-MEH/DPC/2023
of ____________ on the Selection of a Consulting Engineer to Assist the Contracting Authority in the
Control and Supervision of the Design, Construction and Commissioning
of the Chollet Hydroelectric Development Project and Associated Power Lines

AMOUNT (CFA F) Total Amount


INCLUDING VAT
EXCLUDING VAT
V.A.T. Cameroon/Congo 19.25%
“IR” Cameroon/Congo 2.2%
“TSR” Cameroon/Congo 3%
Net to be committed

VISAS AND SIGNATURES

Read and approved by the Consulting Engineer

Brazzaville /Yaounde, on_____________

FOR THE GOVERNMENT OF THE FOR THE GOVERNMENT OF THE REPUBLIC OF


REPUBLIC OF CONGO CAMEROON

THE MINISTER OF ENERGY AND HYDRAULICS THE MINISTER OF WATER AND ENERGY

Emile OUOSSO
ELOUNDOU ESSOMBA Gaston
Registration

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 115
Section 9

FORMS AND TEMPLATES

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 116
Section 9.1

BID MODEL

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 117
BID MODEL

I (we) the undersigned ________________________________________(1)

Acting in the capacity of: ________________________________________(2)


For and on behalf of ____________________________________ (3)
Business Registry No. ___________________ at ______________________________
Taxpayer’s No.____________________________________
By virtue of the powers vested in me (us), electing domicile at
P.O. Box_____________ City_____________ Tel_____________ Fax ______________

Having read all the documents in the Open International Invitation to Tender No. ___________________of
___________________ and assessed from my (our) point of view and under my (our) responsibility, the nature of
the Services and the difficulties, I (we) hereby submit and undertake to carry out the the technical control of works
(specify the nature).

In accordance with the tender's conditions for a price including all taxes of :

Prices including
taxes Price excl.VAT
Prices including taxes in words
in figures in figures

This amount is calculated on the basis of the unit prices excluding VAT in the price schedule and the quantities
indicated in the BOQ attached to this tender.

In the event of approval of this bid, the constitution of the bond (if any), or the undertaking of the joint and several
bond in lieu thereof, shall be carried out under the conditions and within the time limits provided for and the stamp
and registration fees shall be paid.

I (we) undertake to maintain the amount of my (our) Bid for a period of four (04) Months from the bid submission
deadline.

I (we) request that the sums due by the Administration be paid to me (us) in CFA francs, to the account opened at
(Bank)_ ________ under No. ______________________________

Attached to this tender, dated and signed, are the documents provided for in the Special Regulations of the Open
International Invitation to Tender.

Done in ______________, on _____________

The Bidder(s)
Signature(s)

(1) Name(s) Surname(s) and Nationality (ies) of the bidder(s).


(2) Responsibilities in the Company.
(3) Legal name of the Consulting Engineer(s)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 118
Section 9.2

BID BOND MODEL

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 119
Section 9.2
BID BOND TEMPLATE

(BANK BID BOND)

(Bank)
Bond Reference: No. ......................................................
Addressed to the Ministers of Energy of the States of Cameroon and Congo, Contracting Authority

Invitation to Tender No. ______________


BANK GUARANTEE FOR THE TENDER TO SELECT A CONSULTING ENGINEER TO ASSIST THE CONTRACTING
AUTHORITY IN THE CONTROL AND SUPERVISION OF THE DESIGN, CONSTRUCTION AND COMMISSIONING OF
THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND ASSOCIATED POWER LINES.

The Consulting Engineer .............................................. (Bidder) submits on ........................ to the Chollet


Project Management Unit an offer relating to assistance to the Contracting Authority on behalf of the States of
Cameroon and Congo, during the preparation, construction and commissioning of the Chollet Hydroelectric
Development.
For this purpose, and in accordance with the conditions set forth in the Open International Invitation to Tender,
the bidder shall submit to the Contracting Authority a bid bond amounting to (as set forth in the
SROIT)..................................
We, the undersigned, ...............................(Bank) are hereby committed through this bond by the Bidder, vis-à-vis
the Minister of Water and Energy of Cameroon and the Minister of Energy and Hydraulics of Congo for the sum
of ........................................... (figures)................................................... ( words).
We hereby irrevocably undertake, without any discussion, to pay, on the first written request and without delay,
the total amount of the bond into the account indicated by the Contracting Authority, as soon as the latter,
through the authorized persons, informs us in writing that the Bidder is not complying with the commitment
contained in its Bid.

This bond shall be released no later than thirty (30) days after the expiry of the present validity of the Tenders or,
if the Consulting Engineer is the successful bidder , after the constitution of the bond for the full performance of
the services (Final Bond).
The applicable laws as well as the competent courts for the guarantee are those of Cameroon and Congo.
Done in .................................... on............................
Signature(s)............................................
Mister(s).........................................................

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 120
Section 9.3

MODEL FINAL BOND


(BANK GUARANTEE FOR FULL PERFORMANCE OF SERVICES)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 121
Section 9.3
FINAL BOND MODEL
(BANK GUARANTEE FOR FULL PERFORMANCE OF SERVICES)
(Bank):
Bond Reference: No. ......................................................
Addressed to the Ministers of Energy of the States of Cameroon and Congo, Contracting Authority
Company:
BOND FOR THE GUARANTEE OF FULL PERFORMANCE OF SERVICES BY THE CONSULTING ENGINEER IN
CHARGE OF ASSISTING THE CONTRACTING AUTHORITY FOR THE CONTROL AND SUPERVISION OF THE DESIGN,
CONSTRUCTION AND COMMISSIONING OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND
ASSOCIATED POWER LINES.
We, ................................................... (Bank) have been informed that a contract will be concluded between the
Minister of Water and Energy of Cameroon and the Minister of Energy and Hydraulics of Congo acting as
Contracting authority and ……………………… acting as Consulting Engineer for the performance of services of the
Consulting Engineer during the design, construction and commissioning of the Chollet Hydroelectric Development
Project and associated power lines.
In accordance with the provisions of Contract No., ............., the Consulting Engineer is required to provide the
Contracting Authority with a bank guarantee for the full performance of the works, covering guarantees,
commitments and other obligations of the Consulting Engineer as a result of the contract, amounting to four
percent (4%) of the contract’s amount including all taxes, in CFAF..............................................
We, ................................. (Bank) hereby irrevocably undertake, without any right of discussion, to pay to the
Minister of Water and Energy of Cameroon and the Minister of Energy and Hydraulics of Congo, Contracting
Authority at the first written request of the latter, and within a period not exceeding eight (08) weeks, up to the
amount of this bond, namely .................................... all the sums which could be due by the Consulting Engineer to
the Contracting Authority as a result of the failure of the Consulting Firm to fulfil one or more of its obligations
under the Contract.
Any request for partial or total call of this bond shall be made by registered letter with acknowledgement of
receipt and a copy to the Consulting Engineer clearly and fully stating the reasons for the request.
This bank guarantee shall become effective on the date of notification of the Contract to the Consulting Engineer.
The original of this bond shall be kept by the Minister of Water and Energy of Cameroon and the Minister of
Energy and Hydraulics of Congo.
This bond shall be released within ninety (90) days from the date of provisional acceptance.
After this date, the bond shall become null and void and shall be returned to us without any express request made
by us.
The applicable laws as well as the competent courts for the guarantee are those of Cameroon and Congo.
Done at .................................... on.......................
Signature(s)

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 122
Section 9.4

MODEL OF BANK GUARANTEE FOR THE REFUND

OF THE START-UP ADVANCE

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 123
Section 9.4

MODEL OF BANK GUARANTEE TO REFUND


THE START-UP ADVANCE

(Bank):
Bond Reference: No.......................................................

Addressed to the Ministers of Energy of the States of Cameroon and Congo, Contracting Authority
Company
BOND TO REFUND THE ADVANCE PAYMENT TO START UP THE SERVICES OF A CONSULTING ENGINEER IN
CHARGE OF ASSISTING THE CONTRACTING AUTHORITY FOR THE CONTROL AND SUPERVISION OF THE DESIGN,
CONSTRUCTION AND COMMISSIONING OF THE CHOLLET HYDROELECTRIC DEVELOPMENT PROJECT AND
ASSOCIATED POWER LINES.
We, ................................................... (Bank) have been informed that between the Minister of Water and Energy of
Cameroon and the Minister of Energy and Hydraulics of Congo, acting as Contracting Authority,
and ................................................ acting as Consulting Engineer, a Contract will be concluded for the performance
of services of the Consulting Engineer during the design, construction and commissioning of the Chollet
Hydroelectric Development Project and associated power lines.

In accordance with the provisions of the article ……….. of Contract No. ............., the Consulting Engineer is
required to provide the Minister of Water and Energy of Cameroon and the Minister of Energy and Hydraulics of
Congo with a bank guarantee to ensure the return of Start-up advance granted to the Consulting Engineer (or
grouping) for an amount equal to..............................................
We, ................................. (Bank) hereby irrevocably undertake, without any discussion, to pay to the Minister of
Water and Energy of Cameroon and the Minister of Energy and Hydraulics of Congo, Contracting Authority at the
first written request of the latter, and within a period not exceeding eight (08) weeks, up to the amount of this
bond, namely .................................... all the sums which could be due by the Consulting Engineer to the
Contracting Authority as a result of failure by the Consulting Engineer to fulfil one or more of its obligations under
the Contract.
Any request for partial or total mobilization of this bond shall be made by registered letter with acknowledgement
of receipt and a copy to the Consulting Engineer clearly and fully stating the reasons for the request.
This bank guarantee shall become effective on the date of payment of the start-up advance.
The original of this bond shall be kept by the Minister of Water and Energy of Cameroon and the Minister of
Energy and Hydraulics of Congo.
This bond will be released when the start-up advance amount has been returned in full.

After this date, the bond shall become null and void and shall be returned to us without any express request made
by us.

The applicable laws as well as the competent courts for the guarantee are those of Cameroon and Congo.

Done in .................................... on............................

Signature(s)............................................

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 124
Section 9.5

POWER OF ATTORNEY MODEL

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 125
Section 9.5

Model Power of Attorney (in case of a Grouping of Consulting Firms)

I, the undersigned, Mrs/Mr _________________________________________________

General Manager of (principal Consulting Engineer) ____________________________

Residing at ________ PO Box _____________ Tel. ____________ Fax ____________

Hereby give power of attorney to Mrs/M __________________________________

General Manager of (Consulting Engineer mandatary) ___________________________

Residing at ____________ PO Box __________ Tel. ___________ Fax _____________

To be the representative of the Joint Venture constituted by Consulting Engineer (specify the corporate names of
the different Consulting Firms) _________________________________________, under the Open International
Invitation to Tender No. _______________________________, for the performance of the services of
___________________________________________________________.

Consequently, he/she can attend all the meetings, take part in all the deliberations, proceed to all the votes, sign
all the minutes, all the Contracts and all the documents, substitute himself/herself and generally, do what is
necessary within the framework of this Open International Invitation to Tender and the subsequent Contract if
any.

In witness whereof, this power of attorney is drawn up to serve the purposes for which it is intended.

Done in __________________________ on, ______________

The Principal,

(Name, first name, signature and stamp preceded by the handwritten mention "Good for powers of
attorney")

Legalization by the Notary Public

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 126
Section 9.6

GROUPING AGREEMENT FRAMEWORK MODEL

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 127
Section 9.6

GROUPING AGREEMENT FRAMEWORK

1- Names and addresses of the Grouping's partners:

2- Names and addresses of the Grouping's banking institutions:

3- Role of each partner :


SPECIFY THE NATURE OF THE SERVICES TO BE PROVIDED BY EACH MEMBER OF THE GROUPING

4- Nature of the Grouping :

Joint and several grouping for the implementation of : SPECIFY BID NUMBER, LOT AND NATURE OF
THE SERVICES

5- Representative :

NAME AND ADDRESS OF THE REPRESENTATIVE

6- Signature

SIGNATURE OF ALL MEMBERS OF THE GROUPING

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 128
Section 10

ANALYSIS GRID FOR TECHNICAL BIDS

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 129
I. BIDS EVALUATION CRITERIA
Eliminatory Criteria:
 Incomplete administrative file;
 Absence of the bid bond;
 False declaration;
 Falsified documents;
 Technical score below 70/100;
 Absence of the provisional bond;
 Absence of pre-financing capacity;
 Letter of tender not signed by the authorised person;
 Tender not submitted in the envelopes as requested in the General Instructions to bidders;
 Late receipt of the Bid;
 Attempt to influence the authorities or any public official in Cameroon and Congo in the bid
evaluation process without any official and direct solicitation.
Essential criteria
 References of the Consulting Engineer: 10 points.
 Qualification and experience of the staff: 60 points;
 Technical and material resources : 10 points;
 Understanding of the assignment: 20 points.

II. REFERENCES OF THE CONSULTING ENGINEER/ 10 pts


1) References in studies or project management or assistance to the project owner for hydroelectric schemes
with an installed capacity of at least 600MW. / 02 points maximum 
Nb. of Projects ≥2 1 0
Points 2 1 0

2) References in studies or project management or assistance to project owners of dams with a minimum
capacity of one billion m3. /02 points maximum 

Nb. of Projects ≥2 1 0
Points 2 1 0

3) References in project management or assistance to the contracting authority for projects carried out in
Cameroon or Congo. /2 points maximum

Nb. of Projects ≥2 1 0
Points 2 1 0

4) References in studies or project management of road infrastructure developments carried out in Cameroon
or Congo. /2 points maximum 
Nb. of Projects ≥2 1 0
Points 2 1 0

5) General references with partnership of companies under Cameroonian or Congolese law. /02 points
maximum
Nb. of Projects ≥2 1 0
Points 2 1 0

For criteria 1 to 4: attach 1st and signature page, as well as completion certificates;
For criterion 5: attach 1st and signature page of contracts.

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 130
III. STAFF QUALIFICATIONS AND EXPERIENCE/ 60 Pts

NB:
 Absence of the required diploma = zero (0) mark awarded to the Expert concerned;
 Number of years of general experience less than that specified in the ToRs = zero (0)
score awarded to the Expert concerned.

1) Project Manager /5 pts


Civil Engineer or
Experience in studies or project management or assistance to the project
Hydraulic Engineer
owner as Project Manager in similar projects with a capacity of at least
(5 years of higher
600 MW each
education)
Dam projects ≥4 3 2 1 0
Points 5 4 3 1 0

2) Resident-Site Development Manager / 4 pts


Experience in studies or project management or assistance to the project
Civil Engineer (5 years
owner as Chief Resident Developer in similar projects with a capacity of
of higher education)
600 MW or more each
Dam projects ≥4 3 2 1 0
Points 4 3 2 1 0

3) Structure Expert/3 pts


Experience in studies or project management or assistance to the
Civil Engineer (5 years of project owner as a resident project manager in at least one
higher education) construction project (roads/civil engineering structures/buildings), or
electrical support infrastructure
Public works
projects/Electrical support ≥4 3 2 1 0
infrastructure
Points 3 2 1.5 1 0

4) Expert Hydrologist /3 pts


Experience in studies, construction or project management or
Hydrologist
assistance to the project owner as an Expert Hydrologist in at least
(5 years of higher
one hydropower project. Knowledge of the hydrological context of the
education)
Congo Basin will be an asset.
Dam projects ≥3 2 1 0
Points 3 2 1 0

5) Expert Geologist /3 pts


Geophysical or
Geological Engineer or Experience in studies, construction, project management or
Master's Degree assistance to the project owner as an Expert Geologist in at least one
(5 years of higher hydroelectric project.
education
Dam projects ≥3 2 1 0
Points 3 2 1 0

6) Geotechnician Expert /3 pts


Civil Engineer / Experience in studies or project management or assistance to the
Geotechnician (5 project owner as a Geotechnician in at least one hydroelectric
years of higher project with a capacity of at least 200 MW

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 131
education
Dam projects ≥3 2 1 0
Points 3 2 1 0
7) Electro-mechanical Expert / 2 pts
Electrical / Mechanical /
Electro-mechanical
Experience in studies or project management or assistance to the
Engineer
project owner as an Electromechanical in at least one hydroelectric
Electro-mechanical
project with a capacity of at least 600 MW
Engineer (5 years of
higher education)
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

8) Turbine Expert /3 pts


Hydraulic /Mechanic
Engineer
Experience in studies or project management or assistance to the
Hydro-mechanic
project owner as a turbine expert in at least one hydroelectric
Engineer
project with a capacity of at least 600 MW
(5 years of higher
education
Dam projects ≥3 2 1 0
Points 3 2 1 0

9) Electrical Engineer /3 pts


Electrical/Electro-
technical Experience in studies or project management or assistance to the
Engineer project owner as an expert in the construction of power lines with
(5 years of higher a voltage of 400 kV or more in at least one project
education
Dam projects ≥3 2 1 0
Points 3 2 1 0

10)Substation Engineer /2 pts


Electrical/Electro-
Experience in studies or project management or assistance to the
technical
project owner as an engineer in the construction of electrical
Engineer
substations with a voltage of 400 kV or more in at least one
(5 years of higher
project
education
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

11)Telecommunications/Remote Control Expert /2 pts


Telecommunications/
Electronics Experience in studies or project management or assistance to the
Engineer project owner as a Telecommunications/Telecontrol Expert in at
(5 years of higher least one hydroelectric project with a capacity of at least 200 MW
education
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

12)SCADA Expert / 2 pts


Telecommunications/ Experience in studies or project management or assistance to the

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 132
Electronics/
Electrical Engineer (5 project owner as a SCADA Expert in at least one hydroelectric
years of higher project with a capacity of 600 MW or more
education)
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

13)Relay Protection Engineer /2 pts


Electrical/Electro-
technical/
Experience in studies or project management or assistance to the
Electromechanical
project owner as a Protection and Relay Engineer in at least one
Engineer
hydroelectric project of 600 MW or more in capacity
(5 years of higher
education
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

14) Expert in Embankment, Dykes and Rockfill /2 pts


Civil Engineer
Experience in the preparation and supervision of hydroelectric
(5 years of higher
schemes.
education
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

15)Expert in Concrete and Aggregates /2pts


Civil Engineer
Experience in the design and implementation of conventional
(5 years of higher
concrete dams
education)
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

16)Contracts Expert /2 pts


University degree (5 Experience in studies or project management or assistance to
years of higher the project owner as a Contracts Expert in at least one
education) hydroelectric project with a capacity of at least 200 MW
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

17)Financial expert /2 pts


Financial Expert or Experience in studies or project management or assistance to
Engineer (5 years of the project owner as a financial expert in at least one
higher education) hydroelectric project with a capacity of 200 MW or more
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

18)Legal Expert /2 pts


Experience in studies or project management or assistance to
Degree in Law (5 years
the project owner as a legal expert in at least one hydroelectric
of higher education)
project with a capacity of 200 MW or more
Dam projects ≥3 2 1 0

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 133
Points 2 1.5 1 0

19)Insurance expert /2 pts


Experience in studies or project management or
Degree in Insurance (5 years of assistance to the project owner as an insurance expert
higher education) in at least one hydroelectric project with a capacity of
200 MW or more
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

20) Occupational Health Physician /2 pts


Experience in studies or project management or
General practitioner (7 years of
assistance to the project owner as an occupational
higher education years of higher
physician in large infrastructure projects employing at
education)
least one thousand (1,000) people
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

21)Environmentalist Expert /2 pts


Degree in environmental
Experience in environmental and social assessment
sciences (5 years of higher
studies of hydroelectric development projects.
education)
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

22)Socio-Economist /2 pts
Experience in studies or project management or
Degree in social sciences (5 assistance to the project owner as a Socio-Economist
years of higher education) Expert in infrastructure projects of the same scale of an
amount of 100 billion CFA francs or more
Dam projects ≥2 1 0
Points 2 1 0

23)Expert Anthropologist /1 pt
Experience in studies or project management or
Diploma in Anthropological
assistance to the contracting authority as an
Sciences (5 years of higher
anthropological expert in infrastructure projects of the
education)
same scale in forest areas
Dam projects ≥2 1 0
Points 1 0.5 0

24)Topography Expert
Experience in carrying out topographic studies, in
Diploma of Topographic
particular bathymetry, lidar and ground surveys as part
Engineer/
of construction, project management or assistance to
Surveyor (5 years of higher
the owner of hydroelectric projects and power
education)
transmission lines.
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 134
25)Geographic Information System (GIS) Expert /2 pts
Experience in studies or project management or
Degree in GIS/ assistance to the project owner with experience in
Geography/Geomatics geomatics in hydroelectric projects and power
transmission lines
Dam projects ≥3 2 1 0
Points 2 1.5 1 0

IV. MATERIAL AND LOGISTICAL MEANS.............................. / 10 points

No. EQUIPMENT POSSIBLE SCORE


Engineering software (geotechnical, hydrology,
0.25 points per software application
geology, hydraulics, geomatics, dam stability, seismic
1 proposed with supporting invoices for
isolation and damping calculations, dam management
proof of ownership (maximum 3 points)
simulation, structure sizing, etc.)
Technical equipment (civil engineering, geology, 0.5 points per type of equipment with
2 geotechnics, topography) proposed ; supporting invoices for proof of
ownership for a maximum of 3 points
Rolling stock (vehicles) owned by the bidder and
available in Cameroon or Congo (attach certified copies 0.25 point per vehicle (maximum 2
3
of the vehicle registration documents). points)

Office rented by the bidder in Cameroon or Congo


4 (attach copy of registered rental contract). 0.5 points per office (maximum 1 point)

Material or equipment for staff protection; 0.25 point per item of equipment to be
5 Computer equipment. supported by certified copies of invoices
(maximum 1 point)
Total 10 points

V. UNDERSTANDING OF THE ASSIGNMENT / 20 points


a. Analysis of the Terms of Reference: 4 points;
b. Methodology memo: 6 points; (must include in particular):
 Opening of access routes;
 Review and approval of the studies ;
 Review and approval of the project’s Tender File;
 Control and supervision of the design, construction and commissioning of the Project;
 Review and approval of operating documents (manuals, construction drawings, etc.);
c. Source of proposed unit prices 
d. Site visit report: 2 points;
e. Capacity building programme for both the Contracting Authority and the project management’s
staff: 4 points;
f. Participation of nationals (Cameroonian or Congolese): 4 points (1 point per Key Expert with a
maximum of 4 points).

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 135
Section 11

LIST OF BANKS

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 136
LIST OF FIRST CLASS CREDIT INSTITUTIONS APPROVED BY THE MINISTRIES IN CHARGE OF
FINANCE AUTHORISED TO ISSUE BONDS

COMPLY WITH THE LISTS OF BANKS AND INSURANCE COMPANIES PUBLISHED BY THE MINISTERS IN CHARGE
OF FINANCE IN THE STATES OF CAMEROON AND CONGO

Tender File to select a Consulting Engineer for the Chollet Hydrolectric Development Project and Related Power Lines Page 137

You might also like