Tenders

STANDARD FORM OF THE PROCUREMENT NOTICE IN THE OFFICIAL JOURNAL OF THE EUROPEAN UNION (OJEU)

INTERNATIONAL INVITATION FOR TENDERS (WORKS)

Georgia Transport Connectivity

GEORGIA

Georgia (hereafter referred to as “the Borrower”) has received a loan from the European Investment Bank - EIB (hereafter referred to as “the Bank”) - towards the cost of the Georgia Transport Connectivity Project. This International Invitation for Tenders relates to the contract for Construction of Grigoleti – Kobuleti Bypass Road Section Km 00+000 – Km 14+000 of E-70 Highway (Lot I) which will also be subject to approval by the Bank.

This contract will include the new construction of four-lane Grigoleti - Kobuleti Bypass with the total length of 14 km. The Highway is designed and shall be constructed in accordance with the Georgian standard and TEM standard.    

This Contract is expected to be implemented from November 2017 to November 2019 subject to EIB approval of this sub-project.

The basic criteria to be used in tender evaluation, are in decreasing order of importance:

 

1)   Financial Requirements:

a)    Requirement- Submission of audited balance sheets or if not required by the law of the Applicant’s country, other financial statements approved by certified accountant and acceptable to the Employer, for the last five (5) years to demonstrate the current soundness of the Bidder ’s financial position and its prospective long term profitability. Compliance Requirements- Single Entity must meet requirement and in case of Joint Venture (JV), Each Partner must meet requirement.

b)   Requirement- Minimum average annual construction turnover of EUR 100 million (One Hundred Million EUR) calculated as total certified payments received for contracts in progress or completed within the last 5 (five) years: 2012, 2013, 2014, 2015, 2016 divided by five (5) years. Compliance Requirements- Single Entity must meet requirement and in case of JV, All Partners Combined must meet requirement, Each Partner must meet 25% of the requirement and One Partner must meet 50% of the requirement.

 

2)   Construction Experience:

a)    Requirement- Participation in at least 2 two contracts that one has been successfully completed and one substantially*[1] completed within the last 5 five years, starting from 1st January 2012 until application submission deadline and that are similar to the proposed works, where the value of the Bidder’s participation exceeds EUR 80 million (Eight million EUR), of which at least one contract should be implemented in line with AASHTO, EU Codes, British standards or similar and at least one contract -  funded by international financial institutions such as European Investment Bank (EIB), Japan International Cooperation Agency (JICA) World Bank (WB), Asian Development Bank (ADB), European Bank for Reconstruction and Development (EBRD) etc.

The similarity of the Bidder’s participation shall be based on the physical size, nature of works, complexity, methods, technology or other characteristics as described in Section 6, Employer’s Requirements. Compliance Requirements- Single Entity must meet requirement and in case of JV, All Partners Combined must meet requirement.

 

3)   Construction Experience in Key Activities

a)    Requirement- For the above or other contracts executed during the period stipulated in above, a minimum construction experience in the following key activities:

 

  • Earthwork- 1 500 000 m3 in one year (continuous twelve-month period) 
  • Construction of new road with asphalt concrete pavement- 200 000 m2 in one year (continuous twelve-month period)
  • Construction of new bridge- 10 000 m2 in one year (continuous twelve-month period)

Compliance Requirements- Single Entity must meet requirement and in case of JV, All Partners Combined must meet requirements.

 

All firms are invited to participate in the tender in accordance with the EIB Guide to Procurement http://www.eib.org/projects/publications/guide-to-procurement.htm

Interested eligible Bidders may obtain further information from, and inspect the Bidding Documents at:

To Mr. Zaza Simonia cc Mr. Nikos Papunidi

Adress: 12, Al. Kazbegi Ave. 0160 Tbilisi, Georgia

Tel: (+995 32)  2 37 05 08 ext.311

Fax: (+995 32)  2 37 66 03

Email: info@georoad.ge  

n.papunidi@gmail.com

 

A complete set of Bidding Documents in an electronic form may be purchased on the submission of an application to the above address, and upon payment of a non-refundable fee GEL 200 or equivalent in USD to:

For GEL transfer:

Name of the recipient: Treasury Account

Treasury account No. 200 122 900

Recipient Bank: State Treasury

Bank Code: TRESGE22

Old Code of the Bank (220 101 222)

Budget Income Treasure Code: 302 007 800

International Currency: No 001 189 362

 

For USD transfer

Intermediary: 

FEDERAL RESERVE BANK OF NEW YORK, USA            

SWIFT CODE: FRNYUS33

Receiving agent:

ACC.NO: 0D 

BANK FOR INTERNATIONAL SETTLEMENTS (BIS), BASLE (USD)

SWIFT CODE: BISBCHBB

Beneficiary’s bank:  NATIONAL BANK OF GEORGIA, TBILISI

SWIFT CODE: BNLNGE22

Beneficiary: Roads Department of the Ministry of Regional Development of Georgia

IBAN: GE65NB0331100001150207

 

Payment Designation: Tender fee for the Roads Department for the Construction of Grigoleti-Kobuleti Bypass Lot I bearing the name of the project. On request, against a faxed copy of the evidence of the remittance, the Bidding Documents may be sent by courier service if the transport is previously ordered by the Bidder in his country. The Borrower bears no responsibility for the delivery in such a case.

A Bid Security GEL 3,500,000 (Three Million Georgian Lari) or equivalent amount in a freely convertible currency.  For the purpose of determining the equivalent amount of the required Bid Security in a freely convertible currency, the exchange rates published by www.nbg.gov.ge prevailing on the date 28 days prior to the deadline for bid submission shall be applied.  Fulfilling the conditions indicated in the Bidding Documents must accompany all bids.

All bids must be delivered in closed envelopes bearing the mention “Bid for the Construction of Grigoleti-Kobuleti Bypass Lot I” no later than 17 October, 2017 17:00 local time at the following address 12, Al. Kazbegi Ave. 0160 Tbilisi, Georgia. Bids will be opened immediately in the presence of Bidders’ representatives who choose to attend.

 


[1] *In case the amount of the total payments under the contract equal or exceed 90% of the contract amount, the contract will be considered to be substantially completed

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