Tenders

Road Department, Civil works for rehabilitation of road section M11-Akhpradzor km0+000-km 7+828 (Lot 1) and Civil works for rehabilitation of road section M11-Akhpradzor km7+828-km 14+480 (Lot 2) -CW-NCB-LRNIP-AF2-2020/1

Category:
Published: 18-03-2020 17:00
Deadline: 07-05-2020 11:00

 

Invitation for Bids

 

Country: Republic of Armenia

 Project Name: Lifeline Roads Network Improvement Project Second Additional Financing

Loan No: 8957-AM

Contract Title: Civil works for rehabilitation of road section M11-Akhpradzor km 0+000 - km 7+828 (Lot 1) and Civil works for rehabilitation of road section M11-Akhpradzor km 7+828 - km 14+480 (Lot 2).

Reference No. CW-NCB-LRNIP-AF2-2020/1

Employer: Road Department 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 Second Additional Financing, and intends to apply part of the proceeds toward payments under the contract for Civil works for rehabilitation of road section M11-Akhpradzor km 0+000 - km 7+828 (Lot 1) and Civil works for rehabilitation of road section M11-Akhpradzor km 7+828 - km 14+480 (Lot 2).
  2. The Road Department State non Commercial Organization of the Ministry of Territorial Administration and Infrastructure of the Republic of Armenia now invites sealed bids from eligible bidders for Civil works for rehabilitation of road section M11-Akhpradzor km 0+000 - km 7+828 (Lot 1) and Civil works for rehabilitation of road section M11-Akhpradzor km 7+828 - km 14+480 (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 M11-Akhpradzor km 0+000 - km 7+828 (Lot 1) should be completed within 8 (eight) months and the rehabilitation of road section                   M11-Akhpradzor km 7+828 - km 14+480 (Lot 2) should be completed within 8 (eight) 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 regulations for IPF Borrowers” (July 2016 revised in November 2017 and August 2018), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 3.14 and 3.15 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 Road Department State non Commercial Organization 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 May 07, 2020. 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”.

 

ARMENIA ROAD SAFETY IMPROVEMENT PROJECT, NEIGHBOURHOOD INVESTMENT FACILITY toward the cost of the ARMENIA ROAD SAFETY IMPROVEMENT PROJECT, Procurement of Road Safety Works and Infrastructure Improvement of 9 Black Spots (3) lots, Invitation for Bids

Category:
Published: 19-02-2020 10:10
Deadline: 20-03-2020 16:00

Invitation for Bids

 

Country: REPUBLIC OF ARMENIA

Name of the Project: ARMENIA ROAD SAFETY IMPROVEMENT PROJECT

Grant No.: FI N° 91.498

 

 

Employer: Transport Project Implementation Organization SNCO

Contract Title: Procurement of Road Safety Works and Infrastructure Improvement of 9 Black Spots on H-8 Republican and M-5 Interstate Roads

 

 

Reference No.: TPIO FI 91.498/ NCB 2020-01

 

 

  1. The Republic of Armenia has received financing from the NEIGHBOURHOOD INVESTMENT FACILITY toward the cost of the ARMENIA ROAD SAFETY IMPROVEMENT PROJECT and intends to apply part of the proceeds toward payments under the contract for: Procurement of Road Safety Works and Infrastructure Improvement of 9 Black Spots on H-8 Republican and M-5 Interstate Roads in three (3) lots.

 

  1. The Transport Projects Implementation Organization (TPIO) SNCO now invites sealed bids from eligible bidders for Procurement of Road Safety Works and Infrastructure Improvement of 9 Black Spots on H-8 Republican and M-5 Interstate Roads in three (3) lots as provided below:

 

 

Lot 1 – Three Black Spots on H8-3KM, H8-4KM and M5-11KM Roads

L1.1. H-8, Yerevan – Artashat – Aigevan – M2 KM 3+000

L1.2. H-8, Yerevan – Artashat – Aigevan – M2 KM 4+000

L1.3. M-5, Yerevan – Armavir – Turkey border KM 11+000

 

Lot 2 – Three Black Spots on M5-16 KM, M5-20 KM and M5-24 to 26 KM Road

L2.1. M-5, Yerevan – Armavir – Turkey border KM 16+000

L2.2. M-5, Yerevan – Armavir – Turkey border KM 20+000

L2.3. M-5, Yerevan – Armavir – Turkey border KM 24+000 to 26+000

 

Lot 3 – Three Black Spots on M5-27 KM, M5-30 KM and M5-44 KM Road

L3.1. M-5, Yerevan – Armavir – Turkey border KM 27+000

L3.2. M-5, Yerevan – Armavir – Turkey border KM 30+000

L3.3. M-5, Yerevan – Armavir – Turkey border KM 44+000

 

The Sites are located in North-West part of Ararat Valley.

The construction period is 8 (eight) months.

 

  1. Bidders may bid for one or several Lots, as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so with providing such discounts in the Letter of Bid.

 

  1. Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s PROCUREMENT IN INVESTMENT PROJECT FINANCING Goods, Works, Non-Consulting and Consulting Services (“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.

 

  1. Interested eligible bidders may obtain further information from: Transport Projects Implementation Organization (TPIO) SNCO, Christine Ghalechyan, christine.ghalechyan@tpio.am, and Hasmik Ordukhanyan, hasmik.ordukhanyan@tpio.am, and inspect the bidding documents during office hours from 10:00 to 17:00 hours at the address given below:

 

Address:          7th Floor, 4, Tigran Mets St., 0010, Yerevan, Armenia

Telephone:      +374 10 (0) 12 20 10 10; +374 10 (0) 12 20 10 09.

E-mail:            christine.ghalechyan@tpio.am, hasmik.ordukhanyan@tpio.am  

 

 

  1. A complete set of bidding documents in English may be obtained by interested eligible bidders upon the submission of a written application to the address below. The document will be sent by E-mail.

 

 

  1. Bids must be delivered to the address below on or before the time below:

Address:           7th Floor, 4, Tigran Mets St., 0010, Yerevan, Armenia

Date and time:  20 March, 2020.

 

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:

Address:          7th Floor, 4, Tigran Mets St., 0010, Yerevan, Armenia

Date and time: 20 March, 2020.

 

  1. All bids must be accompanied by a Bid Security of:

 Lot 1. AMD 3,000,000 (Three Million Armenian Drams);

Lot 2. AMD 6,000,000 (Six Million Armenian Drams);

Lot 3. AMD 4,000,000 (Four Million Armenian Drams).

 

 

  1. The address referred to above is:

 

“Transport Projects Implementation Organization” SNCO

 

Attn: Christine Ghalechyan, Acting General Director

 

Street Address: 4, Tigran Mets St.

Floor/Room number: 7th Floor,

City: Yerevan

PO Code: 0010

Country: Armenia

Telephone: +374 10 (0) 12 20 10 10; +374 10 (0) 12 20 10 09.

E-mail: christine.ghalechyan@tpio.am

Web site: www.tpio.am

 

 

 

 

 

 

 

 

 

NSRCIP-Tranche 3, CONSULTANCY SERVICES FOR THE SUPERVISION OF CONSTRUCTION WORKS FOR CONSTRUCTION SUPERVISION OF TRANCHE 3 LANJIK-GYUMRI ROAD SECTION, Request for Expression of Interest

Category:
Published: 14-02-2020 12:3
Deadline: 16-03-2020 18:00

SERVICE PROCUREMENT NOTICE

Request for Expression of Interest (REOI)

CONSULTANCY SERVICES FOR THE SUPERVISION OF CONSTRUCTION WORKS FOR

CONSTRUCTION SUPERVISION OF TRANCHE 3 LANJIK-GYUMRI ROAD SECTION IN ARMENIA

Location: Armenia

  1. Reference code

T3-QCBS-01

 

  1. Procedure

The procurement process adopted by the Contracting Authority for the purpose of this contract is QCBS method (Quality Cost Based Selection method), also referred to as the restricted tender procedure as defined by the Guide to Procurement for projects financed by the EIB.

 

QCBS uses a competitive process among short-listed firms that takes into account the quality of the proposal and the cost of the services in the selection of the successful firm. The procedure includes the following stages

  1. advertising;
  1. Preparation of Long List of Consultants
  1. preparation of the short list of consultants;
  2. preparation and issuance of the RFP
  3. receipt of proposals;
  4. evaluation of technical proposals
  5. public opening of financial proposals;
  6. evaluation of financial proposal;
  1. Ranking of Proposals
  1. negotiations and award of the contract to the selected firm.

 

The minimum technical score (St) required to pass will be: 750 (on a scale of 1 to 1000). The weights given to the Technical (T) and Financial (P) Proposals will be T = 80%, and, P = 20%.

Selection Process is open to all eligible Consultants as defined in the paragraph 3.2 of the Guide to Procurement of the European Investment Bank. Consultants may apply solely or in association with the other eligible firms in the form of a joint venture or of a sub-consultancy agreement. Maximum number of allowable members of such kind of  consortium  is 3.No more than one application can be submitted by a Consultant (as solely or as a member of JV), otherwise all applications submitted by the Consultant will be excluded.

 Short-listed candidates may not form alliances or subcontract to each other in the frames of this assignment.

The attention of interested Consultants is drawn to paragraph 1.5 of the Guide to Procurement of the European Investment Bank, setting forth the Bank’s policy on conflict of interest.

 

 

  1. Project

“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 556km-long Meghri-Yerevan-Bavra highway by reducing it to about 85km and reaching up to 470km. North South Corridor is also a part of the Asian Highway corridor (AH 82) which connects the Central Asian countries (Kazakhstan, Kyrgyzstan, Tajikistan, Turkmenistan and Uzbekistan). As a result, the reconstruction of the current road of 556km of the 2nd category with the average of 60km/h will reach to 470km road with 100km/h as a result of which the crossing of the mentioned section will decrease from current 9-9.5 hours up to 4.5 hours and will increase comfort and safety, ensuring also the goal of becoming a transit route of freight and transport movement from East to West. The construction of this highly important strategic road will ensure easier traffic from the Southern border of Armenia to the Georgian border and up to Black Sea ports and will allow passenger and cargo transportation in accordance with European standards. It provides Armenia with the shortest access to the seaports linked to Europe, the Russian Federation, and Turkey. The highway will also provide serious development opportunities for all communities from the North to the South of Armenia.

The Program is divided into several Tranches. The Tranches 1, 2, 3 (Yerevan to Gyumri) together with the Northern Tranche 5 (Gyumri to Bavra) represent 170 km of the total length of the NSRC as follows:

Tranche 1- Yerevan/Northern outskirt to Ashtarak; improvement of11.4 km of dual (2x2) carriageway

Tranche 2 - Ashtarak to Talin upgrading of some 41.9 km from 2-lanes to 4-lanes

Tranche 3 - Talin to Gyumri upgrading of 46.17 km from 2-lanes to 4-lanes

Tranche 5 - Gyumri to the Georgian Border at Brava improvement of some 70 km 2- lane road, including Gyumri Bypass

Tranche 4 is southern part of NSRC from Artashak to Kajaran, which consist from upgrading and construction of about 304km 2 lane single carriageway road.

 

  1. Financing

Loan No.: FI N 82.634 AM

The Transport Project Implementation Organization of the Ministry of Territorial Administration and Infrastructure (hereinafter referred to as “the Borrower”) has received a loan from the European Investment Bank – EIB (hereinafter referred to as “the Bank”) – towards the cost of the North-South Road Corridor Investment Program.

 

  1. Contracting Authority

 

“Transport Project Implementation Organization” SNCO

Attn: Christine Ghalechyan, Acting General Director

4 Tigran Mets Str. Yerevan, Armenia

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

 E-mail: christine.ghalechyan@tpio.am, hasmik.ordukhanyan@tpio.am

 

  1. Project Description

 

The Ministry of territorial administration and infrastructure օf the Republic of Armenia (MTAI), the executing agency for Tranche 3 and the Client, through its project implementation unit (PIU), the “Transport Project Implementation Organization” SNCO, seeks to engage an international engineering consulting firm (Consultant) for:

  • Supervision of the civil works on widening and improvement of the road between Lanjik- Gyumri 27.47 km road section in compliance with the standards and specifications produced by the Client. The works will be executed under the International Federation of Consulting Engineers (FIDIC) Conditions of Contract for construction for building and engineering works designed by the Employer (Multilateral Development Bank Harmonized Edition, June 2010) to be procured in compliance with the EIB's International Competitive Bidding procedures. The services for Tranche 3 construction supervision will be implemented over a construction period of 13 months plus 13 month of defects Notification period. Therefore, the Consultant should allow for this in the staffing schedule, but ensure that the proposed staff will be available for mobilization at the proposed times. Tentatively the provision of the supervision services expected to start in June 2020. The Consulting Services activities will cover the following geographical area of the Republic of Armenia: Shirak marz, more specifically Lanjik, Dzorakap, Sarnaghbyur, Artik, Maralik, Hayrenyats, Horom, Lusakert, Benyamin, Azatan villagies and Gyumri town.

 

  • The civil works at NSRC Tranche 3 Lanjik-Gyumri road section, approx. 27.47 km commenced on 20th June 2016 with involvement of FIDIC Engineer. For the extension of civil works, following Consulting Services for construction supervision envisaged for continuation of current Supervision activates.

 

  • The Consultant shall carry out construction supervision activities for Tranche 3 Lanjik-Gyumri road section assuming all the powers, duties and responsibilities assigned to the "Engineer" under the above mentioned contract.

 

CONTRACT SPECIFICATION

  1. Nature of contract

Ceiling Amount for Time-Based assignments will be 65% of the Contract Price and for Lump-Sum assignments 35% of the Contract Price.


  1. Scope of Contract

The scope of the Contract includes:

  • Supervision of the civil works on widening and improvement of the road between Lanjik- Gyumri 27.47 km road section in compliance with the standards and specifications produced by the Client. The works will be executed under the International Federation of Consulting Engineers (FIDIC) Conditions of Contract for construction for building and engineering works designed by the Employer (Multilateral Development Bank Harmonized Edition, June 2010) to be procured in compliance with the EIB's International Competitive Bidding procedures.

 

  • The Consultant shall carry out construction supervision activities for Tranche 3 Lanjik-Gyumri road section assuming all the powers, duties and responsibilities assigned to the "Engineer" under the above mentioned contract.

 

  1. Number and titles of lots

Not applicable.

 

  1. Maximum budget

Estimated total cost of the assignment is 2,000,000 USD  (almost 1,800,000 EURO) (inclusive of, reimbursable expenses, contingency but excluding indirect local taxes).

  1. Scope for additional services

Not applicable.


CONDITIONS OF PARTICIPATION

  1. Eligibility

Participation is open to firms originating from all countries of the world in accordance with the EIB Guide to Procurement https://www.eib.org/en/infocentre/publications/all/guide-to-procurement.htm

 

  1. Candidature

All eligible legal persons (as per item 12 above) or groupings of such persons (consortia) may apply. A consortium may be a permanent, legally-established grouping, or a grouping which has been constituted informally for a specific tender procedure. Maximum number of allowable consortium members is 3 (three). All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the Contracting Authority.

 

 

  1. Number of applications

No more than one application can be submitted by a legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a legal person submits more than one application, all applications in which that person has participated will be excluded.

 

  1. Shortlist alliances prohibited

Any tenders received from tenderers comprising firms other than those mentioned in the short-listed application forms will be excluded from this restricted tender procedure. Short-listed candidates may not form alliances or subcontract to each other for the contract in question.

 

  1. Grounds for exclusion

As part of the application form, candidates must submit a signed declaration, included in the standard application form (see item 24 below), to the effect that they are not in any of the exclusion situations listed therein.

 

The Grounds for Exclusion are:

 

Conflict of interest (please refer to EIB's definition on conflict of interest as per section 1.5 of EIB GtP);

 

Prohibited conduct (please refer to EIB Anti-Fraud Policy and EIB Exclusion Policy and EIB's definition of prohibited conduct as per the Covenant of Integrity)

 

EU sanctions - Pursuant to its Sanctions Policy, the Bank shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter.

 

  1. Sub-contracting

Subcontracting is allowed, Maximum value of allowed subcontracting is 20% of the contract value.

 

  1. Number of candidates to be short-listed

On the basis of the applications received, after undertaking the detailed evaluation as per item 19 below, 6 (six) candidates will be invited to submit detailed tenders for this contract.

 

SELECTION AND AWARD CRITERIA

  1. Selection criteria

 

1) Economic and financial capacity of candidate

 

Average Annual Turnover of the Consultant within the last 5 (five) years. The minimum Average Annual Turnover within the last 5 (five) years should not be less than EURO 1,450,000. The minimum average annual turnover calculated as total certified payments received for contracts in progress and/or completed within the last 5 (five) years, divided by 5 (five) years.

 Note to candidates: In the Expressions of interest, please make sure to include the actual year for which the data is provided

  • Single entity: must meet requirement

In the case of J/V:

  • All partners combined: must meet requirement
  • Each partner: must meet at least 25% of the required minimum annual turnover (i.e. EUR 362,500) within the last 5 (five) years
  • One partner: must meet at least 50% of the required minimum annual turnover (i.e. EUR 725,000) within the last 5 (five) years

 

2) Technical capacity of candidate

  1. a) General Experience. The candidate shall show that its general experience in implementation of assignments in the road construction sector is not less than 10 years;

-          Single entity: must meet requirement

-          In the case of J/V:

-          One partner: must meet requirement

- Each partner: must have a general experience in implementation of assignments in the road construction sector not less than 3 years

  1. b) Specific experience: The candidate shall show that it has successfully implemented, completed and received final payment under at least 1 or 2 similar assignment over the last (5) years from the date of submission of Expression of Interest of an aggregated value of at least EUR 1,450,000 equivalent. Similar assignment means provision of construction supervision and/or project management services related to large scale highway/motorway/expressway construction works.

-          Single entity: must meet requirement

-          In the case of J/V:

-          All partners combined: must meet requirement

In case of a joint venture, only the amount/length corresponding to the candidate’s share of participation shall be taken into consideration in each of the contracts brought as reference.

Candidates shall demonstrate that they had a participation of a minimum of 50% in each of the contracts brought as reference.

Note to candidates: The number of references, either in case of a JV or in case of a single entity, to be provided must not exceed fifteen (15) for the entire application.

If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the eight best applications for the tender procedure. The only factors which will be taken into consideration during this re-examination are, in order of precedence:

1) The number of projects brought as reference, which comply with the requirements of criterion 2) in the above comment box and were implemented under FIDIC conditions of contract.

2) The cumulated value of projects brought as reference, which comply with the requirements of criterion 2) in the above comment box and were implemented under FIDIC conditions of contract.

 

PROVISIONAL TIMETABLE

  1. Provisional date of Request for Proposals

March-April 2020

 

  1. Provisional commencement date of the contract

June-July 2020

 

  1. Initial period of implementation of tasks and possible extension of the contract

The services for Tranche 3 construction supervision will be implemented over a construction period of 13 months plus 13 month of defects Notification period.  Therefore, the Consultant should allow for this in the staffing schedule, but ensure that the proposed staff will be available for mobilization at the proposed times. Tentatively the provision of the supervision services expected to start in June 2020.

The intended commencement date of supervision activities for Tranche 3 Lanjik-Gyumri road section is June 2020 and the period of implementation of the contract will be 26 months, which includes

Phase 1: Commencement of the Supervision Consulting Services (indicative duration - 1 calendar month) Upon signing of the consultancy service contract, the Consultant shall commence its tasks.

Phase 2: Activities during Construction (indicative duration - 12 calendar months). During construction works the Consultant implement construction supervision tasks (including Road Safety Audit)

Phase 3: Post-construction Activities (indicative duration - 13 calendar months) Upon completion of main construction the Consultant shall continue implement its tasks (including Post-Construction Road Safety Audit)


APPLICATION

 

  1. Deadline for receipt of applications

Expressions of interest must be received no later than 18:00 hrs. local Armenian time on 16 March, 2020.

 

 

  1. Application format and details to be provided

 

 

  1. How applications may be submitted

 

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 16 March, 2020, 18:00 (Yerevan time).

 

 “Transport Project Implementation Organization” SNCO

Attn: Christine Ghalechayn, Acting General Director

4 Tigran Mets Str. Yerevan, Armenia

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

 E-mail: christine.ghalechyan@tpio.am, hasmik.ordukhanyan@tpio.am

 

The Contract title and the Reference code (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the Contracting Authority.

 

  1. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25.

 

The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.

 

  1. Operational language

All written communications for this tender procedure and contract must be in English.

 

  1. Additional information

Opening of the Applications

The Contracting Authority shall open the Applications immediately after the deadline for their submission indicated in item 23.  

Notification

The Contracting Authority shall notify those Candidates in writing, whose Applications were considered non responsive to the REOI, including a short summary of the relevant reasons for that decision.

Also, the Contracting Authority shall simultaneously notify those Candidates in writing, whose Applications were considered responsive to the REOI, including invitation to proceed with the next step of procurement, namely Request for Submission of Proposals.

EIB’s Anti-Fraud policy

The Contracting Authority recommends the Candidates to pay attention to Anti-Fraud Policy, and to Exclusion Policy please refer to http://www.eib.org/attachments/strategies/anti_fraud_policy_20130917_en.pdf

https://www.eib.org/en/infocentre/publications/all/exclusion-policy.htm

Conflict of interest

The Bank requires that candidates, tenderers, contractors, suppliers or consultants participating in a award procedure or a contract under a Bank-financed project shall not have a conflict of interest.

Conflict of interest occurs when the impartial and objective exercise of the functions of the promoter, or the respect of the principles of competition, non-discrimination or equality of treatment with regard to the procurement procedure or contract, is compromised for reasons involving family, emotional life, political or national affinity, economic interest or any other shared interest.

The Bank will not accept candidates or tenderers affected by a conflict of interest in the award procedure to benefit from EIB financing in relation to the contract to be awarded under the concerned procedure. The assessment of whether or not there is a conflict of interest has to be carried out on a case by case basis, considering the actual risk of conflict based on the specific circumstances of the case at stake. The individual or entity in question should be allowed to present supporting evidence which might remove all suspicion of a conflict of interest.

 

Implementation of a CAP/LARP for a new project of the Yerevan-Gyumri-Bavra M1 section of2km in length and a new road crossing at km93+700of the Dzorakap in order to bypass the archaeological zone in the vicinity of Beniamin,Announcement,Invitation/REVISED

Category:
Published: 09-01-2020 16:58
Deadline: 24-01-2020 15:00

ANNOUNCEMENT

On Request for Quotation

The text of this announcement is approved by the Decision N 1 of Request for Quotation Committee dated 9  January,  2020 and is being published according to Article 27 of the Law of the Republic of Armenia "On Procurement".

Code of the Request for Quotation: TCIK-GHTSDZB-2019/6LIP       

The Client, ‘Transport Project Implementation Organization’’ SNCO, located at Tigran Mets str. 4,7-th floor, Yerevan, RA, is announcing request for quotation which is being carried out in one phase.

The participant selected in the request for quotation according to the defined order will be suggested to sign a supply contract for Services for the Implementation of a CAP / LARP for a new project of the Yerevan-Gyumri-Bavra M1 road section of about 2 km in length and a new road crossing at km93 + 700 of the Dzorakap community territory in order to bypass the archaeological zone in the vicinity of Beniamin community (hereinafter the Contract).

According to the terms of Article 7 of the RA Law “On Procurement”, all persons or entities, irrespective of being a foreigner, a foreign entity or a stateless person, has the equal right to participate in request for quotation.

Qualification criteria for persons not having the right to participate in the request for quotation, as well as for participants and documents for evaluating those criteria are defined by the invitation of this procedure.

The selected participant is determined from the participants having submitted evaluated bids satisfactory to the invitation requirements by giving preference to the participant who has submitted minimum price proposal. 

To receive the invitation of the request for quotation in hard copy it is required to apply to the Client on the 14th day as from the day of publication of the announcement, at 18:00. To receive an invitation in a hard copy it is necessary to send a written request to the Client. The Client ensures the provision of the hard copy free of charge within the working day following day of the receipt of such request.

In case of getting a request for providing the invitation electronically, the Client shall ensure the provision of invitation electronically within the working day following the day of receipt of such a request.

Not getting an invitation in the prescribed order shall not restrict the right of the participant to participate in this procedure.

The bids for the request for quotation should be submitted to the  ‘Transport Project Implementation Organization’’ SNCO, located at Tigran Mets str. 4,7-th floor, Yerevan, RA,  on the 15th day as from the day of publication of the announcement, at 15:00/24.01.2020/. The bids can be submitted in English and Russian, besides Armenian.

The bid opening will be carried out at TPIO SNCO located at Tigran Mets str. 4,7-th floor, Yerevan, RA on the 15th day as from the day of publication of the announcement, at 15:00/24.01.2020/

The complaints regarding this procedure should be presented to Procurement Appeals Board at the following address 1, Melik-Adamyan street. The appeal is conducted by the order defined by given invitation for request of quotation. In order to submit a complaint AMD 30 000 is required which should be transferred to the Treasury Account 900008000482 opened by the name of the Ministry of Finance of the Republic of Armenia.

For further information regarding this announcement you can apply to A.Harutyunyan, Secretary of the Evaluation Committee.

Telephone: (+37412)  20 10 09

E-mail: hasmik.ordukhanyan@tpio.am

   

Client: ‘Transport Project Implementation Organization’’ SNCO

 

 

 

 

 

 

 

 

Implementation of a CAP/LARP for a new project of the Yerevan-Gyumri-Bavra M1 section about of 2km in length and a new road crossing at km93+700 of the Dzorakap in order to bypass the archaeological zone in the vicinity of Beniamin,Announcement/Invitation

Category:
Published: 30-12-2019 14:53
Deadline: 14-01-2020 15:00

ANNOUNCEMENT

On Request for Quotation

The text of this announcement is approved by the Decision N 1 of Request for Quotation Committee dated 23  December,  2019 and is being published according to Article 27 of the Law of the Republic of Armenia "On Procurement".

Code of the Request for Quotation: TCIK-GHTSDZB-2019/6LIP       

The Client, ‘Transport Project Implementation Organization’’ SNCO, located at Tigran Mets str. 4,7-th floor, Yerevan, RA, is announcing request for quotation which is being carried out in one phase.

The participant selected in the request for quotation according to the defined order will be suggested to sign a supply contract for Services for the Implementation of a CAP / LARP for a new project of the Yerevan-Gyumri-Bavra M1 road section of about 2 km in length and a new road crossing at km93 + 700 of the Dzorakap community territory in order to bypass the archaeological zone in the vicinity of Beniamin community (hereinafter the Contract).

According to the terms of Article 7 of the RA Law “On Procurement”, all persons or entities, irrespective of being a foreigner, a foreign entity or a stateless person, has the equal right to participate in request for quotation.

Qualification criteria for persons not having the right to participate in the request for quotation, as well as for participants and documents for evaluating those criteria are defined by the invitation of this procedure.

The selected participant is determined from the participants having submitted evaluated bids satisfactory to the invitation requirements by giving preference to the participant who has submitted minimum price proposal. 

To receive the invitation of the request for quotation in hard copy it is required to apply to the Client on the 14th day as from the day of publication of the announcement, at 18:00. To receive an invitation in a hard copy it is necessary to send a written request to the Client. The Client ensures the provision of the hard copy free of charge within the working day following day of the receipt of such request.

In case of getting a request for providing the invitation electronically, the Client shall ensure the provision of invitation electronically within the working day following the day of receipt of such a request.

Not getting an invitation in the prescribed order shall not restrict the right of the participant to participate in this procedure.

The bids for the request for quotation should be submitted to the  ‘Transport Project Implementation Organization’’ SNCO, located at Tigran Mets str. 4,7-th floor, Yerevan, RA,  on the 15th day as from the day of publication of the announcement, at 15:00/14.01.2020/. The bids can be submitted in English and Russian, besides Armenian.

The bid opening will be carried out at TPIO SNCO located at Tigran Mets str. 4,7-th floor, Yerevan, RA on the 15th day as from the day of publication of the announcement, at 15:00/14.01.2020/

The complaints regarding this procedure should be presented to Procurement Appeals Board at the following address 1, Melik-Adamyan street. The appeal is conducted by the order defined by given invitation for request of quotation. In order to submit a complaint AMD 30 000 is required which should be transferred to the Treasury Account 900008000482 opened by the name of the Ministry of Finance of the Republic of Armenia.

For further information regarding this announcement you can apply to A.Harutyunyan, Secretary of the Evaluation Committee.

Telephone: (+37412)  20 10 09

E-mail: hasmik.ordukhanyan@tpio.am

   

Client: ‘Transport Project Implementation Organization’’ SNCO