Tenders

Invitation for Bids

Borrower: GEORGIA

Project: Secondary Road Asset Management Project (SRAMP)

Credit/Loan No. IBRD 8599-GE 

Contract Title: Procurement of Lot 1 – Rehabilitation of Chokhatauri – Zomleti (sh83) road section km 3.5- km 13.8, Lot 2 – Rehabilitation of Sajavakho-Chokhatauri-Ozurgeti-Kobuleti road (sh02) km 17- km 19.5, Lot 3 Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 0.0 – km 2.8, Lot 4 - Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 16 – km 21.2 and km 21.7 – km 22.0

Reference No.: SRAMP/CW/NCB-12 (Lot 1, Lot 2, Lot 3 and Lot 4)

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 contracts for Procurement of Lot 1 – Rehabilitation of Chokhatauri – Zomleti (sh83) road section km 3.5- km 13.8, Lot 2 – Rehabilitation of Sajavakho-Chokhatauri-Ozurgeti-Kobuleti road (sh02) km 17- km 19.5, Lot 3 Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 0.0 – km 2.8, Lot 4 - Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 16 – km 21.2 and km 21.7 – km 22.0
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 Lot 1 – 16 months, Lot 2 – 6 months, Lot 3 - 6 months and Lot 4 - 9 months.

3. The estimated cost of proposed works is Lot 1 – GEL 12,574,605, Lot 2 – GEL 2,485,237, Lot 3 - GEL 2,971,825  and Lot 4 - GEL 6,311,659 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.
4. The Bidders may bid for one or any combination of lots, as further defined in the bidding document.  The 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.
5. Bidding will be conducted through the 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”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
6. To obtain a complete set of  bidding documentation in English language, the interested eligible bidders’ should:

  •  write to address below requesting the Bidding Documents for SRAMP/CW/NCB-12 (Lot 1, Lot 2, Lot 3 and Lot 4): Procurement of Lot 1 – Rehabilitation of Chokhatauri – Zomleti (sh83) road section km 3.5- km 13.8, Lot 2 – Rehabilitation of Sajavakho-Chokhatauri-Ozurgeti-Kobuleti road (sh02) km 17- km 19.5, Lot 3 Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 0.0 – km 2.8, Lot 4 - Rehabilitation of Ozurgeti – Natanebi – Ureki (sh46) road section km 16 – km 21.2 and km 21.7 – km 22.0
  • The Bidding Documents will be provided in an electronic format, free of charge; 

The Bidding Document will be sent by e-mail. No liability will be accepted for delivery failure.
7. Bidders shall meet the following minimum qualifying criteria to qualify for award of the contract:

Lot 1

a. Minimum average annual construction turnover of GEL 12,600,000 calculated as total certified payments received for contracts in progress and/or completed within the last 3 years (2017, 2018, 2019), divided by 3;
b. 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 1,600,000;
c. Participation as a JV member, contractor, management contractor, or subcontractor, in at least one (1) similar contract with a minimum value of GEL 10,000,000  or two (2) similar contracts with a minimum value of GEL 5,000,000 of each contract that have been successfully and substantially completed and that are similar to the proposed Works between 1st January 2015 and bid submission deadline;

d.  A minimum construction experience in the following key activity: 

e. Asphalt pavement - at least 39,000 m2 completed in any consecutive 12 months period between 1st January 2015 and bid submission deadline;

f.  Additional Qualification Criterion for Bidder’s Available Annual Capacity as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.

 

Lot 2

a. Minimum average annual construction turnover of GEL 2,500,000  calculated as total certified payments received for contracts in progress and/or completed within the last 3 years (2017, 2018, 2019), divided by 3;
b. 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 900,000;
c. Participation as a JV member, contractor, management contractor, or subcontractor, in at least one (1) similar contract with a minimum value of GEL 2,000,000 or two (2) similar contracts with a minimum value of GEL 1,000,000 of each contract that have been successfully and substantially completed and that are similar to the proposed Works between 1st January 2015 and bid submission deadline;
d.  A minimum construction experience in the following key activities:

  • Asphalt pavement - at least 20,000 m2 completed in any consecutive 12 months period between 1st January 2015 and bid submission deadline;

e. Additional Qualification Criterion for Bidder’s Available Annual Capacity as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.
 

Lot 3

a. Minimum average annual construction turnover of GEL 3,000,000 calculated as total certified payments received for contracts in progress and/or completed within the last 3 years (2017, 2018, 2019), divided by 3;
b. 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 1,000,000;
c. Participation as a JV member, contractor, management contractor, or subcontractor, in at least one (1) similar contract with a minimum value of GEL 2,400,000 or two (2) similar contracts with a minimum value of GEL 1,200,000 of each contract that have been successfully and substantially completed and that are similar to the proposed Works between 1st January 2015 and bid submission deadline;
d. A minimum construction experience in the following key activity:

  • Asphalt pavement - at least 25,000 m2 completed in any consecutive 12 months period between 1st January 2015 and bid submission deadline;

e. Additional Qualification Criterion for Bidder’s Available Annual Capacity as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.
 

Lot 4

a. Minimum average annual construction turnover of GEL 6,300,000 calculated as total certified payments received for contracts in progress and/or completed within the last 3 years (2017, 2018, 2019), divided by 3;
b. 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 1,400,000;
c. Participation as a JV member, contractor, management contractor, or subcontractor, in at least one (1) similar contract with a minimum value of GEL 5,000,000 or two (2) similar contracts with a minimum value of GEL 2,500,000 of each contract that have been successfully and substantially completed and that are similar to the proposed Works between 1st January 2015 and bid submission deadline;
d. A minimum construction experience in the following key activities:

  • Asphalt pavement - at least 35,000 m2 completed in any consecutive 12 months period between 1st January 2015 and bid submission deadline;

e. Additional Qualification Criterion for Bidder’s Available Annual Capacity as defined in Section III – Evaluation and Qualification Criteria of Bidding Documents.

 

In case the bidder applies to the bidding as a Joint Venture, please refer to the specific requirements for Joint Venture partners in the Section III – Evaluation and Qualification Criteria of Bidding Documents.

In case, the bidder applies for more than one lot (individual contract) the Multiple Contracts evaluation procedure is described under sub-paragraph 2.2 and 2.6 of Section III - Evaluation and Qualification Criteria.

8. The Bids must be delivered at the address below on or before November 18, 2020, 15:00 hours local time. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on November 18, 2020, 15:00 hours local time. Please note that due the pandemic situation related to the COVID-19, the number of attendees to the bid opening is limited to only one representative of each bidder.
9. All bids must be accompanied by a Bid-Securing Declaration. Bid-Securing Declaration shall be valid for 28 days beyond the validity of the Bid. For bids submitted by a JV bidder shall carefully read ITB 19.8 as failure to comply with this ITB shall be grounds for bid rejection.
10. The Employer's address for the purpose of Bid submission is:

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

International Procurement Division, IV Floor

Al. Kazbegi Avenue 12, Tbilisi, 0160 Georgia

Tel:  + (995 322) 37-05-08

Fax: + (995 322) 31-30-34

E-mail: info@georoad.ge  

Web Site: www.georoad.ge

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