Tenders

Invitation for Bids

Date: 15.06.2018

Loan Agreement No: TBD  

IFB No: EWHIPII/CW/ICB-01

1.Georgia has applied for a loan from Japan International Cooperation Agency (JICA) towards the cost of East-West Highway Improvement Project (Phase 2). It is intended that part of the proceeds of this loan will be applied to eligible payments under the Contracts for Construction Works for Shorapani – Argveta Section of E60 Highway, Section F4: LOT F4-A: km 0+000 – km 5+650; LOT F4-B: km 5+650 – km 14+708.

2.The Roads Department of Georgia under MRDI now invites sealed Bids from eligible Bidders for the Construction Works for Shorapani – Argveta Section of E60 Highway, Section F4: LOT F4-A: km 0+000 – km 5+650; LOT F4-B: km 5+650 – km 14+708 (“the Works”).

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

a)      Minimum average annual construction turnover of: Lot F4-A – USD 100,000,000; Lot F4-B – USD 90,000,000 calculated as total certified payments received for contracts in progress and/or completed within the last 3 (three) (2015, 2016, 2017) years, divided by 3 (three);

b)      access to, or has available, liquid assets, unencumbered real assets, lines of credit, and/or other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as:

  • For LOT F4-A - USD 17,000,000.00 net of the Bidders other commitments;
  • For LOT F4-B - USD 15,000,000.00 net of the Bidders other commitments.

c)      Participation:

  • LOT F4-A: At least 1 (one)  similar contract in which the Bidder’s participation exceeds USD 150 mln and that have been satisfactorily or substantially completed as a prime contractor (single entity or JV member), management contractor or subcontractor within last 5 (five) years starting from 1st January 2013 OR Less than or equal to 3 (three) contracts of USD 150 mln COMBINED within last 5 (five) years starting from 1st January 2013, out of which at least 1 (one) should be with a minimum value of USD 105 mln. Minimum value of a single contract for each JV Partner is USD 23 mln.
  • LOT F4-B: At least 1 (one)  similar contract in which the Bidder’s participation exceeds USD 145 mln and that have been satisfactorily or substantially completed as a prime contractor (single entity or JV member), management contractor or subcontractor within last 5 (five) years starting from 1st January 2013 OR less than or equal to 3 (three) contracts of USD 145 mln COMBINED within last 5 (five) years starting from 1st January 2013, out of which at least 1 (one) should be with a minimum value of USD 100 mln. Minimum value of a single contract for each JV Partner is USD 22 mln.

d)      A minimum experience in the following key activities:

  • LOT F4-A:
  •   Construction of bridges with a total combined road bridge deck area of at least 20,000 m2 in any 3 (three) consecutive years within the period of the last 5 (five) years starting from 1st January 2013;
  •   Construction of tunnels with at least a total combined tunnel length of 2,000 m (excluding cut and cover), in any 3 (three) consecutive years of the last 5 (five) years. At least one tunnel should be a road tunnel with at least two traffic lanes and a minimum length of 1,000m;
  •   Construction of concrete road pavement in the quantity of at least 30,000 m2 in any one year of the last 5 (five years) starting from 1st January 2013;
  •   Earthworks in the quantity of at least 500,000 m3 in any one year of the last 5 (five years) starting from 1st January 2013.
  • LOT F4-B:
  •   Construction of bridges with a total combined bridge deck area of at least 10,000 m2 in any 3 (three) consecutive years within the period of the last 5 (five) years starting from 1st January 2013;
  •   Construction of tunnels with at least a total combined tunnel length of 2,000 m (excluding cut and cover), in any 3 (three) consecutive years of the last 5 (five) years. At least one tunnel should be a road tunnel with at least two traffic lanes and a minimum length of 1,000m;
  •   Construction of concrete road pavement in the quantity of at least 80,000 m2 in any one year of the last 5 (five years) starting from 1st January 2013;
  •   Earthworks in the quantity of at least 500,000 m3 in any one year of the last 5 (five years) starting from 1st January 2013.

e)      Additional Qualification Criterion as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.

4.Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans (STEP conditions), and is open to all Bidders from eligible source countries, as defined in the Loan Agreement.

5.Bidders may bid for one or several contracts, as further defined in the Bidding Documents. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.

6.Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of the Roads Department of Georgia under MRDI - International Procurement & Donor Reporting Division, address: 12 Al. Kazbegi Avenue, Tbilisi, Georgia,     E-mail: info@georoad.ge .

7.A complete set of Bidding Documents may be purchased by interested Bidders on the submission of a written application to the address above and upon payment of a non-refundable fee of 200 (two hundred) GEL or  equivalent  in  USD.  The  method  of payment  will  be  by  the  direct  deposit  to  the  following account:

  • 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 Works for Shorapani – Argveta Section of E60 Highway

8.The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Standard Bidding Documents under Japanese ODA Loans for the Procurement of Works.

Bids must be delivered to the address above on or before 3:00 PM on September 13, 2018 and must be accompanied by a security of:

  • For LOT F4-A:  GEL 5.000,000.00 (Five million GEL) 
  • For LOT F4-B:  GEL 5.000,000.00 (Five million GEL)

9.Bids will be opened in the presence of Bidders’ representatives who choose to attend at October 1, 2018, 3:00 PM at the offices of the Roads Department of Georgia under MRDI – address: 12 Al. Kazbegi Avenue, Tbilisi, Georgia.

Roads Department of Georgia under MRDI

Levan Kupatashvili – Deputy Chairman of RD

12 Al. Kazbegi Avenue, Tbilisi, Georgia

E-mail: info@georoad.ge

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