Tenders

“Implementation of CAP/LARP addendum for the new alignment in Tranche 2 and CAP(s) for utility relocation in Tranche 2 and Tranche 3”

Category:
Published: 02-02-2018
Deadline: 03-03-2018 15:00

INVITATION FOR EXPRESSIONS OF INTEREST

CONSULTING SERVICES  FOR

Implementation of CAP/LARP addendum

for the new alignment in  Tranche 2 and CAP(s) for utility relocation in Tranche 2 and Tranche 3

  Date of issuance: 02 February 2018

 

The Asian Development Bank (ADB) has agreed to provide the Government of Armenia (GoA) Multi-Tranche Financing Facility to finance the North-South Corridor Road Investment Program (the Program). The principal goal of Tranche 2 is to build a 4-lane dual carriageway road along the existing M1 highway between the Ashtarak and Talin section of about 42 kms.

The relocation of public utilities for Tranche 2 and Tranche 3 road sections public utilities is partly implemented, while the implementation of the other parts is still in process. In this regard, it is necessary to carry out due diligence of already relocated public utilities (including the irrigation infrastructure), as well as ongoing relocation based on the requirements of ADB’s SPS 2009 and Project’ LARF and social impact assessment in case if LAR impacts are identified with preparation of respective compensation packages for the further preparation of Due Diligence Reports (DDRs) and/or Corrective Action Plans (CAPs) under the T2 and T3 LARPs (as relevant) to be approved by ADB and EA.

The Transport Project Implementation Organization SNCO of the Ministry of Transport, Communication and Information Technologies of Armenia (TPIO) now invites eligible consulting firms (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, experience in region/country, availability of appropriate skills among key staff, etc.).  

The consulting services will include:

  • Implementation of CAP/LARP addendum for the new alignment under Tranche 2 LARP
  • Implementation of CAP(s) for utility relocation under Tranche 2 and Tranche 3 LARPs

Estimate 8 person months of consulting services will be required from the consultant for the services mentioned above. During implementation of this assignment the Consultant shall use its office, vehicles and equipment.

 

The selection will be carried out under ADB’s Consultants’ Qualifications Selection (CQS) method.

 

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System at cms.adb.org. Offline EOI submission through email or sealed envelope is acceptable. Using ADB’s EOI template (https://www.adb.org/sites/default/files/page/83267/eoi-consulting-firms-20131114.doc) for EOI submission is required. TPIO will not accept EOI that is not in the ADB’s standard EOI template. 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.

 

The closing date for the submission of EOI is: at or before 3:00 pm on 03 March 2018, Yerevan time.

For more information and access the EOI template and the Term of Reference (TOR) for the assignment, please access ADB CSRN website: http://csrn.adb.org or can be received from TPIO by contacting vardan.karapetyan@tpio.am, hasmik.ordukhanyan@tpio.am.

 

The address for the submission of EOI is below:

 

Attn: Vardan Karapetyan, Acting General Director

Ministry of Transport, Communication and Information Technologies

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

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

 

E-mail: vardan.karapetyan@tpio.am

hasmik.ordukhanyan@tpio.am

 

ToR 2 _LARP  implementation

“Preparation of CAP/LARP addendum for new alignment in Tranche 2 and implementation of measurement, assets inventory and valuation for utility relocation in Tranche 2 and Tranche 3”

Category:
Published: 02-02-2018
Deadline: 03-03-2018

INVITATION FOR EXPRESSIONS OF INTEREST

CONSULTING SERVICES FOR

     Preparation of CAP/LARP addendum for new alignment in  Tranche 2 and implementation of measurement, assets inventory and valuation for utility relocation in Tranche 2 and Tranche 3

 

  Date of issuance: 02 February 2018

 

The Asian Development Bank (ADB) has agreed to provide the Government of Armenia (GoA) Multi-Tranche Financing Facility to finance the North-South Corridor Road Investment Program (the Program). The principal goal of Tranche 2 is to build a 4-lane dual carriageway road along the existing M1 highway between the Ashtarak and Talin section of about 42 kms.

The relocation of public utilities for Tranche 2 and Tranche 3 road sections public utilities is partly implemented, while the implementation of the other parts is still in process. In this regard, it is necessary to carry out due diligence of already relocated public utilities (including the irrigation infrastructure), as well as ongoing relocation based on the requirements of ADB’s SPS 2009 and Project’ LARF and social impact assessment in case if LAR impacts are identified with preparation of respective compensation packages for the further preparation of Due Diligence Reports (DDRs) and/or Corrective Action Plans (CAPs) under the T2 and T3 LARPs (as relevant) to be approved by ADB and EA.

The Transport Project Implementation Organization SNCO of the Ministry of Transport, Communication and Information Technologies of Armenia (TPIO) now invites eligible consulting firms (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, experience in region/country, availability of appropriate skills among key staff, etc.).  

The consulting services will include:

  • Preparation of Corrective Action Plan (CAP) or implementation ready Land Acquisition and Resettlement Plan (LARP) addendum under Tranche 2 (Ashtarak-Talin) LARP with respective surveys and preparation of compensation packages for the new design alignment;
  • Due diligence of relocated/to be relocated  public utilities and identification of sections with/ without LAR impacts, Preparation of compensation packages for identified affected land plots.

 A total of 9 person months of consulting services will be required from the consultant for the CAP/LARP preparation services mentioned above.

During implementation of this assignment the Consultant shall use its office, vehicles and equipment.

The selection will be carried out under ADB’s Consultants’ Qualifications Selection (CQS) method.

The interested consultants are strongly encouraged to register and apply through ADB’s Consultant Management System at cms.adb.org. Offline EOI submission through email or sealed envelope is acceptable. Using ADB’s EOI template (https://www.adb.org/sites/default/files/page/83267/eoi-consulting-firms-20131114.doc) for EOI submission is required. TPIO will not accept EOI that is not in the ADB’s standard EOI template. 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.

The closing date for the submission of EOI is: at or before 3:00 pm on 03 March 2018, Yerevan time.

For more information and access the EOI template and the Term of Reference (TOR) for the assignment, please access ADB CSRN website: http://csrn.adb.org or can be received from TPIO by contacting vardan.karapetyan@tpio.am, hasmik.ordukhanyan@tpio.am.

 

The address for the submission of EOI is below:

Attn: Vardan Karapetyan, Acting General Director

Ministry of Transport, Communication and Information Technologies

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

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

E-mail: vardan.karapetyan@tpio.am

hasmik.ordukhanyan@tpio.am

 

ToR 1 _LARP  preperation

Supply and installation of Road Surface Profilers, including the training

Category:
Published: 12-01-2018 11:00
Deadline: 26-02-2018 11:00

Invitation for Bids

Republic of Armenia

Lifeline Roads Network Improvement Project AF

Loan No.: 8523-AM

Contract Title: Supply and installation of Road Surface Profilers, including the training

Reference No. ICB-LRNIP-AF-G/2017-RSP (Item #1, GOODS, Procurement Plan)

 

 

1.The Republic of Armenia has received financing from the World Bank toward the cost of the Lifeline Roads Network Improvement Project Additional Financing (LRNIPAF), and intends to apply part of the proceeds toward payments under the contract for Procurement of Supply and installation of Road Surface Profilers, including the training. This contract will be jointly financed by World Bank and the Government of the Republic of Armenia. Bidding process will be governed by the World Bank’s rules and procedures.

  1. The “Transport Project Implementation Organization” SNCO of the Ministry of Transport, Communication and Information Technologies of the Republic of Armenia now invites sealed bids from eligible bidders for Supply and installation of Road Surface Profilers, including the training (two complete sets). Bidding Documents require bidders to have the following specific experience:
  • Financial Capability
  • Minimum average annual turnover of USD 200,000 equivalent calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years (2013-2017), divided by 5 (five) years.
  • Experience and Technical Capacity
  • The Bidder must be as minimum five (5) years in the business of manufacturing and /or supplying similar to the proposed goods.
  • The Bidder must provide verifiable information on at least 2 similar contracts for supply of similar to the proposed goods successfully performed by him within past five (5) years.
  1. Bidding will be conducted through the International 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, 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.
  2. Interested eligible bidders may obtain further information from “Transport Project Implementation  Organization”  SNCO  of the Ministry of Transport, Communication and  Information Technologies of the Republic of Armenia karapetyan@tpio.amhasmik.ordukhanyan@tpio.ammari.movsisyan@tpio.amand inspect the bidding documents during office hours 09:00 to 17:00 hours at the address given below.

In additional the BDs as well as any amendments to and clarification of those  are posted on the www.gnumner.am website. The Purchaser takes no responsibility for  omission or incomplete downloading of those  by the  prospective bidder.

  1. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of AMD 50,000 (or USD 105 equivalent). The method of payment will be direct deposit to the following accounts:

Beneficiary: “Transport  Project  Implementation  Organization”  SNCO 

For Armenian dram: Acc. # 900000908096

For US dollars: Acc. # 900000908104, Central Bank of Armenia.

The document will be sent by airmail for overseas delivery and by surface mail for delivery to addresses in Armenia. In the case of airmail delivery an additional fee of AMD 120,000 (or USD 250 equivalent) will be charged for shipping and handling.

  1. Bids must be delivered to the address below on or before 11:00 (Yerevan time) 26, February, 2018.
  2. 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 11:05 (Yerevan time) 26, February, 2018.
  3. All bids must be accompanied by a Bid Security of USD 2,000 (two thousand) or an equivalent amount in a freely convertible currency.

  9.The address(es) referred to above is (are):

 “Transport  Project  Implementation  Organization”  SNCO 
 Attn: Vardan Karapetyan, Acting General Manager  of “Transport  Project  Implementation  Organization”  SNCO

Address: 7th floor, 4 Tigran Mets  StreetYerevan, Armenia

Tel:   (37412) 20 10 09

E-mail: vardan.karapetyan@tpio.amhasmik.ordukhanyan@tpio.ammari.movsisyan@tpio.am

Supply and installation of Road Surface Profilers, including the training

Category:
Published: 12-01-2018
Deadline: 26-02-2018

Invitation for Bids

Republic of Armenia

Lifeline Roads Network Improvement Project AF

Loan No.: 8523-AM

Contract Title: Supply and installation of Road Surface Profilers, including the training

Reference No. ICB-LRNIP-AF-G/2017-RSP (Item #1, GOODS, Procurement Plan)

 

 

1.The Republic of Armenia has received financing from the World Bank toward the cost of the Lifeline Roads Network Improvement Project Additional Financing (LRNIPAF), and intends to apply part of the proceeds toward payments under the contract for Procurement of Supply and installation of Road Surface Profilers, including the training. This contract will be jointly financed by World Bank and the Government of the Republic of Armenia. Bidding process will be governed by the World Bank’s rules and procedures.

  1. The “Transport Project Implementation Organization” SNCO of the Ministry of Transport, Communication and Information Technologies of the Republic of Armenia now invites sealed bids from eligible bidders for Supply and installation of Road Surface Profilers, including the training (two complete sets). Bidding Documents require bidders to have the following specific experience:
  • Financial Capability
  • Minimum average annual turnover of USD 200,000 equivalent calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years (2013-2017), divided by 5 (five) years.
  • Experience and Technical Capacity
  • The Bidder must be as minimum five (5) years in the business of manufacturing and /or supplying similar to the proposed goods.
  • The Bidder must provide verifiable information on at least 2 similar contracts for supply of similar to the proposed goods successfully performed by him within past five (5) years.
  1. Bidding will be conducted through the International 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, 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.
  2. Interested eligible bidders may obtain further information from “Transport Project Implementation  Organization”  SNCO  of the Ministry of Transport, Communication and  Information Technologies of the Republic of Armenia vardan.karapetyan@tpio.am; hasmik.ordukhanyan@tpio.am, mari.movsisyan@tpio.am and inspect the bidding documents during office hours 09:00 to 17:00 hours at the address given below.

In additional the BDs as well as any amendments to and clarification of those  are posted on the www.gnumner.am website. The Purchaser takes no responsibility for  omission or incomplete downloading of those  by the  prospective bidder.

  1. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of AMD 50,000 (or USD 105 equivalent). The method of payment will be direct deposit to the following accounts:

Beneficiary: “Transport  Project  Implementation  Organization”  SNCO 

For Armenian dram: Acc. # 900000908096

For US dollars: Acc. # 900000908104, Central Bank of Armenia.

The document will be sent by airmail for overseas delivery and by surface mail for delivery to addresses in Armenia. In the case of airmail delivery an additional fee of AMD 120,000 (or USD 250 equivalent) will be charged for shipping and handling.

  1. Bids must be delivered to the address below on or before 11:00 (Yerevan time) 26, February, 2018.
  2. 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 11:05 (Yerevan time) 26, February, 2018.
  3. All bids must be accompanied by a Bid Security of USD 2,000 (two thousand) or an equivalent amount in a freely convertible currency.

  9.The address(es) referred to above is (are):

 “Transport  Project  Implementation  Organization”  SNCO 
 Attn: Vardan Karapetyan, Acting General Manager  of “Transport  Project  Implementation  Organization”  SNCO

Address: 7th floor, 4 Tigran Mets  Street, Yerevan, Armenia

Tel:   (37412) 20 10 09

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

 

Ճանապարհային նշանների մատակարարում և տեղադրում

Category:
Published:
Deadline: 10-01-2018

See in Armenian