Tenders

Selection for Consulting Services for Project Management Consultant for Sisian-Kajaran Road Investment Project-EXTENSION of DEADLINE for Submission of EXPRESSIONS OF INTEREST REQUEST FOR EXPRESSION OF INTEREST, ADB/RIRSIP/CS-01

Category: Services
Published: 10-07-2025 12:00
Deadline: 10-10-2025 18:00

The Ministry of Territorial Administration and Infrastructure of Armenia (MTAI)

Road Department Fund (RDF)

Resilient and Inclusive Road Sector Improvement Project:

Northern section of Sisian – Kajaran road project 

QUALITY COST BASED SELECTION (QCBS)
 Request for Expression of Interest (REOI)

(with extended deadline)

 

Date

09 July, 2025

 

Contract No. and Title

 

ADB/RIRSIP/CS-01: Consulting Services for Project Management Consultant for Sisian – Kajaran road Investment Project

 

Deadline for EOI

10 October, 2025, 18:00 (Yerevan time)

 

  1. The Republic of Armenia (hereafter: the Borrower) has applied for financing from the different international financing institutions (IFIs) to finance the Sisian-Kajaran road project (hereafter: Project) which is part of the part of the North-South Road Corridor Investment Program and intends to apply the unutilized part of the proceeds for selection of the Project Management Consultant (hereafter: PMC). The Project envisages the construction of a new road section with a total length of about 60 km, including 27 bridges with a total length of about 4.7 km and 9 tunnels with a total length of about 12.5 km (the longest is the Bargushat Тunnel with a length of about 8.65 km). The Project will devided into 3 (three) sections. Financing of each section will be led by a different financer (hereafter: IFIs):
  • Northern Section from km 0 to the Bargushat Tunnel North Portal at approx. km 27, section length 27 km (financed by ADB and EIB).
  • Bargushat Tunnel Section from km 27 to km 35.8, section length 9 km (expected financing from the French Government).
  • Southern Section from Bargushat Tunnel South Portal at approx. km 35.8 to km 60, section length 24 km (financed by EBRD and EIB).

 

Road Department Fund (hereafter: RDF) (The “Client”) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

 

Interested Consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, experience in region/country, etc.).  

 

A Consultant will be selected in accordance with the QCBS (Quality-and Cost-Based Selection) method set out in the Consultant Guidelines.

 

The consulting services (“the Services”) include: The main objective of the assignment is to provide high quality professional advice and management & implementation support to the Road Department Fund to effectively implementation of the Project. In order to achieve this objective, the Project Management Consultant will provide support to RDF to ensure each and every activity of all the components of the Project is completed without cost and time overrun. Compliance to Loans and Project agreements and its covenants shall be ensured and capacity development and the introduction of modem Project Management practices within RDF shall be promoted. The PMC will be responsible for effectively leading and taking initiative to efficiently manage and implement all components under the Project. PMC will be responsible for advising, assisting and acting on behalf of RDF when so authorized, for the effective management of the different components of the Project. However, it should be noted that the overall decision making and responsibility lies with RDF.

 

The Estimated duration of the Services is expected to be 72 months.

 

  1. Procurement Information:

 

Selection Method

QCBS

Contract Type

Time based

Type of Proposal

Full Technical Proposal (FTP)

Duration of Assignment

72 months

Tentative commencement date

December 2025

Anticipated completion date

72 months after commencement date

Tentative Short-listing Date

October-November 2025

 

The PMC should have extensive and proven experience in project administration, financial management, procurement, design control, and project performance management, construction supervision, quality control, contract management and dispute resolution of similar type and size international contracts. The PMC should also have knowledge and experience in environmental and social safeguard policies of international financing institutions (i.e. EIB, ADB, EBRD, and other international development institutions), environmental and social risk management/impact assessment for large infrastructure projects in line with the national law and IFI's E&S policies and their respective requirements and good international industry practices.

The ToR for the details are attached.

 

Qualification criteria are:

 

  • General experience - Participation in project management projects (number of similar contracts within the last 10 (ten) years);
  • Project Related Experience - Similar experience in providing project management consultant services of road, bridges and tunnels construction/rehabilitation projects (number of similar contracts within the last 10 (ten) years);
  • Overall assessment of Consultant’s staffing arrangements and capacity (available permanent staff, portfolio of ongoing projects);
  • Period of legally registration of a Consultant, including joint venture firms (at least 10 (ten) years on the deadline for submission of the Expression of interest).

 

 

  1. Submission of EOI:

 

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System (CMS) at http://cms.adb.org. Online submission is always the main submission method. Offline EOI submission through email or sealed envelope is an option. Using ADB’s EOI template (https://www.adb.org/sites/default/files/business-guide/436006/eoi-consulting-firms-20180808.docx) for EOI submission is required. If both an online version and offline version of the EOI submission is submitted, the online version will prevail.  Late submissions would be rejected.

 

If submitting offline, hard copy EOIs should reach the office of the RDF at the address below not later than closing date and time of EOI submission stated above.

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. When submitting an EOI as a firm or association, the lead firm states its CMS registration number in the EOI. If unregistered, the lead firm first completes at least a simplified registration in CMS, and submit a full registration before contract negotiations, if selected.

 

The Expressions of Interest (EOI) should contain detailed information about Consultant’s Organizational Capability, Experience, Past Performance in conducting programs in developed and developing countries, demonstrated familiarity with the challenges of working in the region (Armenia, Caucasus and/or other CIS countries) and might include references from previous clients.

 

The closing date for the submission of EOI is: at or before 18:00 pm (Yerevan time) on 10 October, 2025,

 

 

 

“Road Department” Fund on behalf of Ministry of Territorial Administration and Infrastructure of RA

Attn: Arkadi Cherchinyan, Executive Director

Street address: Government House 3, Republic Square

Floor number: 1st floor

City: Yerevan

ZIP code: 0010

Country: Republic of Armenia

Telephone: +37410542176

Web page: www.armroad.am  

E-mail: procurement@armroad.amhasmik.ordukhanyan@armroad.am

 

REOI PMC Sisian-Kajaran_with extended deadline

 

TOR

 

A Tender for the Procurement of Evaluation services of the affected land plots under the LARP of the North–South Road Corridor Investment Program, Tranche 4, Sisian–Kajaran Road Section has been announced

Category: Services
Published: 02-09-2025 16:00
Deadline: 09-09-2025 16:00

A Tender for the Procurement of Evaluation services of the affected land plots under the Land Acquisition and Resettlement Program (LARP) of the North–South Road Corridor Investment Program, Tranche 4, Sisian–Kajaran Road Section  has been announced.

 

Announcement

 

A Tender for the Procurement of Detailed survey and inventory services of the affected land plots under the LARP of the North–South Road Corridor Investment Program, Tranche 4, Sisian–Kajaran road section has been announced

Category: Services
Published: 02-09-2025 17:00
Deadline: 09-09-2025 17:00

A Tender for the Procurement of Detailed survey and inventory services of the affected land plots under the Land Acquisition and Resettlement Program (LARP) of the North–South Road Corridor Investment Program, Tranche 4, Sisian–Kajaran road section has been announced.

 

Announcement

Selection for Consulting Services for Project Management Consultant for Sisian-Kajaran road Investment Project-EXTENSION of DEADLINE for submission of EXPRESSIONS OF INTEREST REQUEST FOR EXPRESSION OF INTEREST, ADB/RIRSIP/CS-01

Category: Services
Published: 21-08-2025 16:30
Deadline: 25-09-2025 18:00

The Ministry of Territorial Administration and Infrastructure of Armenia (MTAI)

Road Department Fund (RDF)

Resilient and Inclusive Road Sector Improvement Project:

Northern section of Sisian – Kajaran road project 

QUALITY COST BASED SELECTION (QCBS)

Request for Expression of Interest (REOI)

(with extended deadline)

 

Date

09 July, 2025

 

Contract No. and Title

 

ADB/RIRSIP/CS-01: Consulting Services for Project Management Consultant for Sisian – Kajaran road Investment Project

 

Deadline for EOI

25 September, 2025, 18:00 (Yerevan time)

 

  1. The Republic of Armenia (hereafter: the Borrower) has applied for financing from the different international financing institutions (IFIs) to finance the Sisian-Kajaran road project (hereafter: Project) which is part of the part of the North-South Road Corridor Investment Program and intends to apply the unutilized part of the proceeds for selection of the Project Management Consultant (hereafter: PMC). The Project envisages the construction of a new road section with a total length of about 60 km, including 27 bridges with a total length of about 4.7 km and 9 tunnels with a total length of about 12.5 km (the longest is the Bargushat Тunnel with a length of about 8.65 km). The Project will devided into 3 (three) sections. Financing of each section will be led by a different financer (hereafter: IFIs):
  • Northern Section from km 0 to the Bargushat Tunnel North Portal at approx. km 27, section length 27 km (financed by ADB and EIB).
  • Bargushat Tunnel Section from km 27 to km 35.8, section length 9 km (expected financing from the French Government).
  • Southern Section from Bargushat Tunnel South Portal at approx. km 35.8 to km 60, section length 24 km (financed by EBRD and EIB).

 

Road Department Fund (hereafter: RDF) (The “Client”) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

 

Interested Consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, experience in region/country, etc.).  

 

A Consultant will be selected in accordance with the QCBS (Quality-and Cost-Based Selection) method set out in the Consultant Guidelines.

 

The consulting services (“the Services”) include: The main objective of the assignment is to provide high quality professional advice and management & implementation support to the Road Department Fund to effectively implementation of the Project. In order to achieve this objective, the Project Management Consultant will provide support to RDF to ensure each and every activity of all the components of the Project is completed without cost and time overrun. Compliance to Loans and Project agreements and its covenants shall be ensured and capacity development and the introduction of modem Project Management practices within RDF shall be promoted. The PMC will be responsible for effectively leading and taking initiative to efficiently manage and implement all components under the Project. PMC will be responsible for advising, assisting and acting on behalf of RDF when so authorized, for the effective management of the different components of the Project. However, it should be noted that the overall decision making and responsibility lies with RDF.

 

The Estimated duration of the Services is expected to be 72 months.

 

  1. Procurement Information:

 

Selection Method

QCBS

Contract Type

Time based

Type of Proposal

Full Technical Proposal (FTP)

Duration of Assignment

72 months

Tentative commencement date

December 2025

Anticipated completion date

72 months after commencement date

Tentative Short-listing Date

October-November 2025

 

The PMC should have extensive and proven experience in project administration, financial management, procurement, design control, and project performance management, construction supervision, quality control, contract management and dispute resolution of similar type and size international contracts. The PMC should also have knowledge and experience in environmental and social safeguard policies of international financing institutions (i.e. EIB, ADB, EBRD, and other international development institutions), environmental and social risk management/impact assessment for large infrastructure projects in line with the national law and IFI's E&S policies and their respective requirements and good international industry practices.

The ToR for the details are attached.

 

Qualification criteria are:

 

  • General experience - Participation in project management projects (number of similar contracts within the last 10 (ten) years);
  • Project Related Experience - Similar experience in providing project management consultant services of road, bridges and tunnels construction/rehabilitation projects (number of similar contracts within the last 10 (ten) years);
  • Overall assessment of Consultant’s staffing arrangements and capacity (available permanent staff, portfolio of ongoing projects);
  • Period of legally registration of a Consultant, including joint venture firms (at least 10 (ten) years on the deadline for submission of the Expression of interest).

 

 

  1. Submission of EOI:

 

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System (CMS) at http://cms.adb.org. Online submission is always the main submission method. Offline EOI submission through email or sealed envelope is an option. Using ADB’s EOI template (https://www.adb.org/sites/default/files/business-guide/436006/eoi-consulting-firms-20180808.docx) for EOI submission is required. If both an online version and offline version of the EOI submission is submitted, the online version will prevail.  Late submissions would be rejected.

 

If submitting offline, hard copy EOIs should reach the office of the RDF at the address below not later than closing date and time of EOI submission stated above.

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. When submitting an EOI as a firm or association, the lead firm states its CMS registration number in the EOI. If unregistered, the lead firm first completes at least a simplified registration in CMS, and submit a full registration before contract negotiations, if selected.

 

The Expressions of Interest (EOI) should contain detailed information about Consultant’s Organizational Capability, Experience, Past Performance in conducting programs in developed and developing countries, demonstrated familiarity with the challenges of working in the region (Armenia, Caucasus and/or other CIS countries) and might include references from previous clients.

 

The closing date for the submission of EOI is: at or before 18:00 pm (Yerevan time) on 25 September, 2025.

 

 

“Road Department” Fund on behalf of Ministry of Territorial Administration and Infrastructure of RA

Attn: Arkadi Cherchinyan, Executive Director

Street address: Government House 3, Republic Square

Floor number: 1st floor

City: Yerevan

ZIP code: 0010

Country: Republic of Armenia

Telephone: +37410542176

Web page: www.armroad.am  

E-mail: procurement@armroad.amhasmik.ordukhanyan@armroad.am

 

TOR

 

REOI

Consulting Services for Construction Supervision Services for Northern Section of Sisian-Kajaran Road- Resilient and Inclusive Road Sector Improvement Project, REQUEST FOR EXPRESSION OF INTEREST, ADB/RIRSIP/CS-02

Category: Services
Published: 14-07-2025 16:52
Deadline: 27-08-2025 18:00

The Ministry of Territorial Administration and Infrastructure of Armenia (MTAI)

Road Department Fund (RDF)

 

Resilient and Inclusive Road Sector Improvement Project:

Northern section of Sisian – Kajaran road project

 

 

QUALITY COST BASED SELECTION (QCBS)


 Request for Expression of Interest (REOI)

 

Date

14 July, 2025

 

 

Contract No. and Title

 

ADB/RIRSIP/CS-02: Consulting Services for Construction Supervision Services on the Resilient and Inclusive Economic Corridor Improvement Project for Northern Section of Sisian-Kajaran Road

 

Deadline for EOI

27 August, 2025, 18:00 (Yerevan time)

 

The Republic of Armenia (the Borrower) has applied for financing from the Asian Development Bank (ADB) and the European Investment Bank (EIB) to finance a section of the North-South Road Corridor Investment Program and intends to utilize this financing for the procurement of Construction supervision services for the Northern Section (from km 0 to the Bargushat Tunnel North Portal at approximately km 27+104, section length: about 27 km) of Sisian - Kajaran Road Project (including construction of 16 new bridges with a total length of about 3.06km and 3 tunnels with a total length of about 1.56 km).

 

Intended key tasks under the contract include:

  • Review the detailed design prepared for the construction contract and any design activities undertaken by the Contractor under the construction contract.
  • Carry out all construction supervision (FIDIC Engineer) activities for civil works for the Project under FIDIC Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, Multilateral Development Bank Harmonised Edition June 2010;
  • Ensure compliance of the contractor with all environmental and social safeguards requirements of the RD, ADB and EIB.
  • Provide regular reports to the Client on all aspects of the construction and undertake all other tasks listed in the TOR for the services.

 

Road Department Fund (RDF) (The “Client”) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

 

Key experience requirements include:

  • Technical Competence: This relates to the technical qualifications of the Consultant in undertaking similar assignments (construction supervision). The Consultant should provide project references demonstrating their technical qualifications and experience in this area
  • Geographical Experience: providing project references that present experiences in similar geographic areas.
  • Management competence including quality assurance procedures, dealing with complaints, and reducing instances of changes in personnel.

 

Consultant recruitment will be undertaken in accordance with the ADB Procurement Policy (2017, as amended from time to time) and the Procurement Regulations for ADB Borrowers (2017, as amended time to time).  The QCBS (Quality-and Cost-Based Selection) method of consultant recruitment will be used for this consulting services selection.

 

  1. Procurement Information:

 

Selection Method

QCBS

Contract Type

Time based

Type of Proposal

Full Technical Proposal (FTP)

Duration of Assignment

72 months Construction period and 24 months Defect Notification Period.

Tentative commencement date

January 2026

Anticipated completion date

72 months after commencement date (excluding Defect Notification Period)

Tentative Short-listing Date

September 2025

 

The Consultant shall have extensive and proven experience in Construction supervision, preparation of technical specifications, quality control, contract management and dispute resolution of similar type and size international contracts (see attached TOR for the details).

 

Qualification criteria are:

 

  • General experience - Participation in road, tunnels and bridges construction/rehabilitation projects (number of similar contracts within the last 10 (ten) years);
  • Project Related Experience - Similar experience in providing Technical Supervision services of road, bridges and tunnels construction/rehabilitation works under the FIDIC form of contract (number of similar contracts within the last 10 (ten) years);
  • Overall assessment of Consultant’s staffing arrangements and capacity (available permanent staff, portfolio of ongoing projects);
  • Period of legally registration of a Consultant, including joint venture firms (at least 10 (ten) years on the deadline for submission of the Expression of interest).

 

 

  1. Submission of EOI:

 

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System (CMS) at http://cms.adb.org. Online submission is always the main submission method and interested firms are encouraged to use this submission method. Offline EOI submission through email or sealed envelope is an option. Using ADB’s EOI template (https://www.adb.org/sites/default/files/business-guide/436006/eoi-consulting-firms-20180808.docx) for EOI submission is required. If both an online version and offline version of the EOI submission is submitted, the online version will prevail.  Late submissions would be rejected.

 

If submitting offline, hard copy EOIs should reach the office of the RDF at the address below not later than closing date and time of EOI submission stated above.

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. When submitting an EOI as a firm or association, the lead firm states its CMS registration number in the EOI. If unregistered, the lead firm first completes at least a simplified registration in CMS, and submit a full registration before contract negotiations, if selected.

 

The Expressions of Interest (EOI) should contain detailed information about Consultant’s Organizational Capability, Experience, Past Performance in conducting programs in developed and developing countries, demonstrated familiarity with the challenges of working in the region (Armenia, Caucasus and/or other CIS countries) and might include references from previous clients.

 

The closing date for the submission of EOI is: at or before 18:00 pm (Yerevan time) on 27 August, 2025.

 

 

 

“Road Department” Fund on behalf of Ministry of Territorial Administration and Infrastructure of RA

Attn: Arkadi Cherchinyan, Executive Director

Street address: Government House 3, Republic Square

Floor number: 1st floor

City: Yerevan

ZIP code: 0010

Country: Republic of Armenia

Telephone: +37410542176

Web page: armroad.am

E-mail: procurement@armroad.amhasmik.ordukhanyan@armroad.am

 

Request for Expression of Intrest (REOI)

TOR