Tenders

Lifeline Roads Network Improvement Project Additional Financing։ Civil works for rehabilitation of road section T-2-33-Deghdzut km 0+000 - km 1+360 (Lot 1) and road section T-2-30-Verin Artashat-Hnaberd-Getazat km 0+000 - km 2+740 (Lot 2)

Category:
Published: 10-01-2019 8:22
Deadline: 08-02-2019 11:00

Invitation for Bids

 

Country: Republic of Armenia

 Project Name: Lifeline Roads Network Improvement Project Additional Financing

Loan No: 8523-AM

Contract Title: Civil works for rehabilitation of road section T-2-33-Deghdzut km 0+000 - km 1+360 (Lot 1) and road section T-2-30-Verin Artashat-Hnaberd-Getazat km 0+000 - km 2+740 (Lot 2). 

Reference No. CW-NCB-LRNIP-AF-2019/2

Employer: Transport Project Implementation Organization State non Commercial Organization

                                    Phone: + 374 12-20 10 10

                 Website: www.tpio.am

 

  1. The Republic of Armenia has received additional financing from the World Bank toward the cost of the Lifeline Roads Network Improvement Project Additional Financing, and intends to apply part of the proceeds toward payments under the contract for Civil works for rehabilitation of road section T-2-33-Deghdzut km 0+000 - km 1+360 (Lot 1) and road section T-2-30-Verin Artashat-Hnaberd-Getazat km 0+000 - km 2+740 (Lot 2).
  2. The Transport Project Implementation Organization State non Commercial Organization of the Ministry of Transport, Communication and Information technologies of the Republic of Armenia now invites sealed bids from eligible bidders for Civil works for rehabilitation of road section T-2-33-Deghdzut km 0+000 - km 1+360 (Lot 1) and road section T-2-30-Verin Artashat-Hnaberd-Getazat km 0+000 - km 2+740 (Lot 2). The works consist of removal of old sub base and construction of new sub base, crushed stone base, asphalt layer, pothole patching, placing of leveling blanket, asphalt concrete overlay, drainage, road safety measures, etc. The rehabilitation of road section T-2-33-Deghdzut km 0+000 - km 1+360 (Lot 1) should be completed within 7 (seven) months and the rehabilitation of road section T-2-30-Verin Artashat-Hnaberd-Getazat km 0+000 - km 2+740 (Lot 2) should be completed within 9 (nine) months. In order to qualify for the Contract a Bidder must have experience in similar rehabilitation works and adequate resources, as detailed in the Bidding Document.
  3. 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 as of 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.
  4. Interested eligible bidders may download the complete BDs from the following web page www.gnumner.am or  www.armeps.am. The bidders registered in the e-procurement system will receive this Invitation for Bid with the attached BDs automatically (in according to the specified CPV codes). Any company can register in the e-procurement system and become enable to submit the bid following to the ARMEPS (www.armeps.am website) e-procurement system.

However the TPIO SNCO will not be responsible for incorrect or incomplete downloading documents by the potential bidders, or missing of amendments to those (if any).

  1. Bids must be submitted only through the e-procurement system ARMEPS (www.armeps.am website) e-procurement system on or before 11:00 (Yerevan time) on February 08, 2019. The e-procurement system will not allow/permit the submission of the  Late bids.  
  2. As specified in ITB 19.1 all bids must be accompanied by a “Bid-Securing Declaration”. The bid for each lot should be accompanied by a separate “Bid-Securing Declaration”.

 

 

 

Lifeline Roads Network Improvement Project Additional Financing. Civil works for rehabilitation of road section Artashat-Verin Artashat-Norashen km 0+000 - km 0+949.

Category:
Published: 10-01-2019 8:19
Deadline: 08-02-2019 10:30

Invitation for Bids

Country: Republic of Armenia

Project Name: Lifeline Roads Network Improvement Project Additional Financing

Loan No: 8523-AM

Contract Title: Civil works for rehabilitation of road section Artashat-Verin Artashat-Norashen km 0+000 - km 0+949. 

Reference No. CW-NCB-LRNIP-AF-2019/1

Employer: Transport Project Implementation Organization State non Commercial Organization

                                    Phone: + 374 12-20 10 10

                 Website: www.tpio.am

 

  1. The Republic of Armenia has received additional financing from the World Bank toward the cost of the Lifeline Roads Network Improvement Project Additional Financing, and intends to apply part of the proceeds toward payments under the contract for Civil works for rehabilitation of road section Artashat-Verin Artashat-Norashen km 0+000 - km 0+949 (Armenia, Ararat Marz).
  2. The Transport Project Implementation Organization State non Commercial Organization of the Ministry of Transport, Communication and Information Technologies of the Republic of Armenia now invites sealed bids from eligible bidders for Civil works for rehabilitation of road section Artashat-Verin Artashat-Norashen km 0+000 - km 0+949. The works consist of removal of old sub base and construction of new sub base, crushed stone base, asphalt layer, pothole patching, placing of leveling blanket, asphalt concrete overlay, drainage, road safety measures, etc. The rehabilitation should be completed within 7 (seven) months. In order to qualify for the Contract a Bidder must have experience in similar rehabilitation works and adequate resources, as detailed in the Bidding Document.
  3. 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 as of 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.
  4. Interested eligible bidders may download the complete BDs from the following web page www.gnumner.am or www.armeps.am. The bidders registered in the e-procurement system will receive this Invitation for Bid with the attached BDs automatically (in according to the specified CPV codes). Any company can register in the e-procurement system and become enable to submit the bid following to the ARMEPS (www.armeps.am website) e-procurement system.

However the TPIO SNCO will not be responsible for incorrect or incomplete downloading documents by the potential bidders, or missing of amendments to those (if any).

  1. Bids must be submitted only through the e-procurement system ARMEPS (www.armeps.am website) e-procurement system on or before 10:30 (Yerevan time) on February 08, 2019. The e-procurement system will not allow/permit the submission of the  Late bids.  
  2. As specified in ITB 19.1 all bids must be accompanied by a “Bid-Securing Declaration”.

 

 

REQUEST FOR EXPRESSIONS OF INTEREST TRANSPORT PROJECTS IMPLEMENTATION ORGANIZATION SNCO

Category:
Published: 27-10-2018 9:00
Deadline: 25-11-2018 18:00

REQUEST FOR EXPRESSIONS OF INTEREST

TRANSPORT PROJECTS IMPLEMENTATION ORGANIZATION SNCO

 

Loan 3449-ARM: Armenia-Georgia Border Regional Road (M6 Vanadzor-Bagratashen)

Improvement Project

 

ADVISORY SERVICES FOR AUDIT

 Least Cost Selection (LCS)

 Date of issuance: 27 October 2018

 

The Asian Development Bank (ADB) has agreed to provide the Government of Armenia (GoA) with a financing facility (FF) to help finance the Armenia-Georgia Border Regional Road (M6 Vanadzor-Bagratashen) Improvement Project (the Project), rehabilitation of M6 (km38+450—km91+000).  This component will finance the improvement (rehabilitation and reconstruction) of about 51.5 km 2-lane highway with Category III-b standards. The rehabilitation will include improvement of wearing course, base course, drainage, and safety facilities. The Project is implemented by the “Transport Projects Implementation Organization” State Non-Commercial Organization (SNCO hereinafter – the Project Management Unit (PMU)). In scope of this project the GoA intends to apply part of the proceeds for Consulting Services.

The Transport Project Implementation Organization SNCO now invites eligible consulting firms (Consultants) to indicate their interest in providing the Annual Project Financial Statements (APFS) Audit. The objective of the Annual Project Financial Statements (APFS) audit is to enable the auditor to express a professional opinion on the financial position of the project implementation for the fiscal years ended on 31 December 2017, 31 December 2018, 31 December 2019, 31 December 2020 and five-months period ending 31 May 2021 on the funds received and expenditures made within audit years.

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, availability of appropriate skills among key staff, etc.).  

 

The selection will be carried out under ADB’s Consultants’ Least Cost Selection (LCS) method.

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System at 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/page/83267/eoi-consulting-firms-20131114.doc) for EOI submission is required. Late submissions would be rejected.

If submitting offline, hard copy EOIs should reach the office of the TPIO at the address below not later than closing date of EOI submission closing date.

 

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 assosiation, 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 closing date for the submission of EOI is: at or before 18:00 pm on 25 November 2018, Yerevan time.

 

Transport Project Implementation Organization SNCO

Attn: Vazgen Petrosyan, Acting General Director

4 Tigran Mets St, 7th  floor,
Yerevan, Armenia
Tel: (374-12) 20 10 10
E-mail: vazgen.petrosyan@tpio.am, hasmik.ordukhanyan@tpio.am

 

Request for EOI_L3449-ARM_External Financial Audit__M6..

L3449-ARM TOR_External Financial Audit__M6

 

 

 

 

 

 

 

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION)

Category:
Published: 04-09-2018 11:00
Deadline: 21-09-2018 18:10

REQUEST FOR EXPRESSIONS OF INTEREST


(CONSULTING SERVICES – FIRMS SELECTION)


Country: Republic of Armenia
Loan No.: 8523-AM
Project: Additional Financing for the Lifeline Road Network Improvement (LRNIP AF) 
Assignment Title: Technical Supervision of the LRNIP AF Year 3 roads rehabilitation works
Reference No.: Item #4, Technical Supervision of LRNIP AF Y3


The Republic of Armenia has received an additional loan in amount of US $40 million financing from the World Bank toward the cost of the Additional Financing for the Lifeline Road Network Improvement Project (LRNIP AF) and intends to apply part of the proceeds for consultant services “Technical Supervision of the LRNIP AF Year 3 roads rehabilitation works”.
The services include Technical Supervision of approximately 72,41 km roads rehabilitation civil works.

The contract is expected to start in December 2018 and be completed in December 2020 (including one year Defect Liability Period).
“Transport Project Implementation Organization” SNCO of the Ministry of Transport, Communication and Information Technologies of Armenia now invites eligible consultants to indicate their interest in providing 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, availability of appropriate skills among staff, etc.).

The shortlisting criteria are:  

  • General experience of the Consultant in road projects (Participation in IFI funded road projects within the last 10 years),
  • Similar experience of the Consultant  in providing  Technical Supervision services of road construction/rehabilitation works (number of similar contracts within the last 5 years).

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers (“Consultant Guidelines” published on January 2011, revised July 2014), setting forth the World Bank’s policy on conflict of interest. 
Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.
A consultant will be selected in accordance with the QCBS selection method set out in the Consultant Guidelines.
Further information can be obtained at the address below during office hours (09:00 to 17:00 hours local time).
Expressions of interest must be delivered in a written form in English in person (or by courier services) or by e-mail in the Adobe PDF format to the address below not later than 21th September, 2018, 18.00 (local time (Yerevan)).

Transport Project Implementation Organization SNCO
Attn: Vazgen Petrosyan, Acting General Director
Ministry of Transport, Communication and Information Technologies
4 Tigran Mets St, 7th  floor,
Yerevan, Armenia
Tel/Fax: (374-12) 20 10 10
E-mail:
vazgen.petrosyan@tpio.am, hasmik.ordukhanyan@tpio.am

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES, FIRMS SELECTION) April 23, 2018 Country: Republic of Armenia. Name of Project: North-South Road Corridor Investment Program -Tranche 4 Assignment Title: Preparation of Detailed Design, Land Acqu

Category:
Published: 23-04-2018 15:00
Deadline: 14-05-2018 18:00

REQUEST FOR EXPRESSIONS OF INTEREST 

(CONSULTING SERVICES, FIRMS SELECTION)

 

April 23, 2018

Country: Republic of Armenia.

Name of Project: North-South Road Corridor Investment Program -Tranche 4

Assignment Title: Preparation of Detailed Design, Land Acquisition and Resettlement Plan and Implementation of Author Supervision of about 32 km road from Agarak to tunnel exit; and Preparation of Detailed Design, Land Acquisition and Resettlement Plan of  about 7 km road from tunnel entrance to Qajaran and about 6 km of the tunnel and access roads (Tranche 4)

Reference No.: Т4-CS-01

  1. The Republic of Armenia has received a loan from the Eurasian Development Bank (EADB) in the framework of the North-South Road Corridor Investment Program (Program) toward the cost of the Program, and it intends to apply part of the proceeds of this loan to payments under the contract for Preparation of Detailed Design, Land Acquisition and Resettlement Plan and Implementation of Author Supervision of about 32 km road from Agarak to tunnel exit; and Preparation of Detailed Design, Land Acquisition and Resettlement Plan of about 7 km road from tunnel entrance to Qajaran and about 6 km of the tunnel and access roads (Tranche 4).
  1. “North-South Road Corridor Investment Program” is a major infrastructure project (here after NSRCIP project) which aims at connecting the Southern border of the country with its Northern point by means of 556 km-long Meghri-Yerevan-Bavra highway by reducing it to about 85 km and reaching up to 470 km.
  1. The Consulting services (“the Services”) include

-    Preparation of Detailed Design for construction of Tranche 4 Kajaran-Agarak (Iranian Border) 45 km road section (Lot 1 and Lot 2);

-   Preparation of the technical part of the bidding documents for 32 km road s ection (Lot 1).

-    Author supervision of the accuracy and compliance of design solutions during construction works.

With the winning Consultant will be concluded 2 contracts, namely:

Contract for Preparation of Detailed Design (Lump-sum type of contract):

        Preparation of Detailed Design, Land Acquisition and Resettlement Plan of about 32 km road from Agarak to tunnel exit; and Preparation of Detailed Design, Land Acquisition and Resettlement Plan of  about 7 km road from tunnel entrance to Qajaran and about 6 km of the tunnel and access roads (Tranche 4) (15 months);

Contract for Author Supervision (Time-based type of contract):

        Implementation of Author Supervision of about 32 km road from Agarak to tunnel exit.

        Project contracts will be financed jointly by the Eurasian Development Bank out of Eurasian Fund for Stabilization and Development and Government of the Republic of Armenia. Overall procurement procedure will be governed by the World Bank’s eligibility rules and procedures.

  1. The Client, represented by its project implementation unit “Transport Project Implementation Organization” SNCO, acting on behalf of Ministry of Transport, Communication and Information Technologies of RoA (MTCIT), executing body of Tranche 4, hereby invites eligible Consulting Firms (Consultants) which is capable to prepare Detailed Design, Land Acquisition and Resettlement Plan and Implementation of Author Supervision of about 32 km road from Agarak to tunnel exit; and Preparation of Detailed Design, Land Acquisition and Resettlement Plan of about 7 km road from tunnel entrance to Qajaran and about 6 km of the tunnel and access roads (Tranche 4) to indicate their interest in providing the services. All the Consulting firms including JV firms must have been legally registered for at least ten (10) years from the last date of submission of EOI.

      Following documents shall be submitted along with the EOI application by all the Consulting Firms including JV firms.

  • Certificates of incorporation or Registration of the consulting firm.
  • Company Profile.

The consulting firms must provide information on similar assignments/projects implemented in the past giving a brief description of each assignment/project, the funding source(s), amount of contract and information on the employer. The shortlisting criteria are:

  1. a) General Experience - Participation of the Consultant in road construction/rehabilitation projects (Participation in IFI road projects within the last 10 years),
  2. b) Project Related Experience – Preparation of Detailed Design, Land Acquisition and Resettlement Plan and Implementation of Author Supervision for road and tunnels construction/rehabilitation (number of similar contracts within the last 5 years);
  3. c)  Overall assessment of company’s staffing arrangements and capacity (available permanent staff,     portfolio of ongoing projects).
  1. The attention of interested Consultants is drawn to paragraph 1.9 of the Consultant Guidelines setting forth the World Bank’s policy on conflict of interest.
  1. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Experience and Qualification of other structural part of participating firms, whether parent or subsidiary firm, will not be considered for evaluation. Likewise, qualification and experience of the consulting firm associated as a sub-consultancy will not be considered for evaluation for shortlisting.
  1. All submittals from the consulting firms shall be in English or Russian language.

A Consultant will be selected in accordance with the QCBS method set out in the Consultant Guidelines (Chapter 2 of Guidelines ”Selection and employment of consultants under IBRD loans and IDA credits & grants by World Bank borrowers” published on January 2011, revised July 2014).

  1. Further information can be obtained at the address below during office hours 10:00 to 17:00 hours.
  1. Expressions of Interest must be delivered in two printed copies to the address mentioned below or by e-mail in the Adobe PDF format on or before 18:00 hrs local time on May 14, 2018. If submitting offline, submission shall be made in closed envelope and the title shall be "Expression of Interest (EOI) for Consulting Services: Preparation of Detailed Design, Land Acquisition and Resettlement Plan and Implementation of Author Supervision of about 32 km road from Agarak to tunnel exit; and Preparation of Detailed Design, Land Acquisition and Resettlement Plan of about 7 km road from tunnel entrance to Qajaran and about 6 km of the tunnel and access roads (Tranche 4)".

 

“Transport Project Implementation Organization” SNCO

7th floor, 4 Tigran Mets St, Yerevan, Armenia

Tel/Fax: (374-12) 20 10 10

Vardan Karapetyan, Acting General Director

E-mail: vardan.karapetyan@tpio.am; hasmik.ordukhanyan@tpio.am