Tenders

Borrower: GEORGIA 

Project: Secondary Road Asset Management Project (SRAMP)

Contract Title: Procurement of Design – Build and Take-Over of Tianeti-Akhmeta-Kvareli-Ninigori Road Section Rehabilitation from km 1 to km 30 under Output- and Performance-based Contracting (OPRC) Methodology.

Bid invitation No.: SRAMP/CW/NCB-01

 

1. Georgia has received financing from the World Bank toward the cost of the Secondary Road Asset Management Project (SRAMP), and intends to apply part of the proceeds toward payments under the contract for Procurement of Design – Build and Take-Over of Tianeti-Akhmeta-Kvareli-Ninigori Road Section Rehabilitation from km 1 to km 30 under Output- and Performance-based Contracting (OPRC) Methodology.

 2. The project implementing agency, the Roads Department of the Ministry of Regional Development and Infrastructure of Georgia now invites eligible bidders to submit their bids for execution of rehabilitation works. Implementation period for execution of rehabilitation works is 20 months.

 3.  The estimated cost of proposed works is GEL 23,792,513.84 including all taxes, duties and other governmental levies as elaborated under clause ITB - 14.7. However, it is the responsibility of the bidder to submit a bid price, which could be below or above the estimated cost, based on the current market prices and any other factors which may influence the pricing of the proposed works.

 Bidders shall meet the following minimum qualifying criteria to qualify for award of the contract:

 a. Minimum average annual construction turnover of GEL 21,000,00.00 calculated as total certified payments received for contracts in progress and/or completed within the last 5 years (from 2011 to/including 2015), divided by 5;
 b. Minimum Available Annual Capacity of GEL 14,000,000 calculated as specified in Section III;
 c. Access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirement: GEL 3,500,000.00;
 d. Participation as a JV member, contractor, management contractor, or subcontractor, in at least one (1) road rehabilitation and/or construction contract within the last three (3) years prior to the bid submission deadline, with a value of at least GEL 19,000,000 or two (2) contracts with a value of at least ten million Georgian Laris (10,000,000 GEL) of each contract that have been successfully and substantially completed and that are similar  to the proposed Works;
 e. A minimum experience in the following key activities:
  • At least 100.000 m2 of pavement rehabilitation/construction completed during any one year;
  • At least 300 m2 of bridge deck rehabilitation/construction completed during any one year;
 f. The bidder shall meet requirements for engineering design by proposed subcontractor(s):
  • Experience in at least two (2) successfully completed contracts of Detailed Design for paved roads rehabilitation / reconstruction / construction works with a value of at least GEL 600,000 for each detailed design contract.
 g. Additional Qualification Criterion as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.
 5. A complete set of bidding documentation in English language in electronic format can be downloaded for free.
 6. Bids shall be submitted electronically as outlined in ITB 25.1. Late bids will not be accepted. Deadline for electronic bids submission is: as stated in the state E-procurement system. Government procurement procedures SHALL NOT apply for this procurement.

Bid submission and bid opening will take place electronically using Georgian E-Government Procurement System with certain modifications. Major modifications to the Georgian E-Procurement System are:

  • Functionality of the three rounds of e-Reverse auction is removed. Rounds will not be applicable.
  • The estimated cost of the contract is disclosed in the e-Procurement system and bidders can submit a bid price, which could be below or above the estimated cost, however pricing the bid is the responsibility of the bidder which shall be based on the current market prices and any other factors which may influence the pricing of the proposed works.
  • Please note that bidding is conducted under National Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers January, 2011 revised July 2014 (“Procurement Guidelines”). Requests for clarification should be submitted through the Georgian E- Government Procurement System.
 7. All bids should be submitted together with the Bid Security Declaration. Bid Security Declaration shall be valid for 28 days beyond the validity of the Bid (i.e., 90 days+28 days = 118 days). For bids submitted by a JV bidder shall carefully read ITB 19.8 as failure to comply with this ITB may be grounds for bid rejection.

 8. The Employer's address: 

Attention: Mr. Giorgi Seturidze, Chairman of

Roads Department of the Ministry of Regional Development and Infrastructure of Georgia

Street Address: 12 A. Kazbegi ave. 

City: Tbilisi, 0160

Country: Georgia

Electronic mail address: info@georoad.ge


For More Details Please See File >>>>

Interactive Map
Georgia 0160, Tbilisi, Kazbegi ave N12,
info@georoad.ge
Hot Line:
(995 32) 2 31 30 76
Join Us: