Project exports promotion council of india


Improvement of Water Supply Systems in Goris town and Brnakot village, Armenia



Download 0.94 Mb.
Page6/24
Date20.10.2016
Size0.94 Mb.
#5378
1   2   3   4   5   6   7   8   9   ...   24

Improvement of Water Supply Systems in Goris town and Brnakot village, Armenia


Dead Line:06 March 2014

Borrower/Bid No: L2860-ICB-1-07/1
Invitation for Bids

1. The Republic of Armenia has received financing from the Asian Development Bank (ADB) towards the cost of 2860-ARM: Water Supply and Sanitation Sector Project-Additional Financing. Part of this financing will be used for payments under the contract named above. This contract will be jointly financed by the Armenian Government. Bidding is open to all bidders from eligible source countries of the ADB.

2. The Armenian Water and Sewerage CJSC (“the Employer”) invites sealed bids from eligible bidders for the construction and completion of L2860-ICB-1-07/1, Improvement of water supply systems in Goris town and Brnakot village. The Works consist of:



Goris town

Rehabilitation of 4 groups of DRRs, including:

- Zone I - rehabilitation of 2x500m3 DRRs with reconstruction of technological units and pipe sections
- Zone II - rehabilitation of 1000m3 and 500m3 DRRs with reconstruction of technological units and pipe sections
- Zone III - rehabilitation of 1x1000m3 DRRs with reconstruction of technological units and pipe sections
- Zone IV - rehabilitation of 2x250m3 DRRs with reconstruction of technological units and pipe sections

Works to be implemented in Goris town distribution network, including:

- Construction of 4.7km length, de50-de225, PE internal waterlines
- Construction of 1.5 km length, de20-de32, PE inlet lines for private houses with installation of 159 water meter chambers

Brnakot village

- Rehabilitation of 250m3 DRR with reconstruction of technological units and pipe sections, construction of chlorination station
- Construction of 9.9 km length, de50-de110, PE internal waterlines
- Construction of 4.9km length, de20-de32, PE inlet lines for private houses with installation of 524 water meter chambers

International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: One-Envelope bidding procedure and is open to all Bidders from eligible source countries.

3. Only eligible bidders with the following key qualifications should participate in this
bidding:

  Minimum average annual construction turnover of US$ 1,620,000 (one million six hundred twenty thousand US dollars) calculated as total certified payments received for contracts in progress or completed, within the last 3 (three) years.

  Access to or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit and other financial means, other than any contractual advance payments for the amount of US$ 430,000 (four hundred thirty thousand US dollars).

  Participation as contractor, management contractor, or subcontractor, in at least 1 (one) contract within the last 3 (three) years, each with a value of at least US$ 864,000 (eight hundred sixty four thousand US dollars) that has been successfully or is substantially completed and that is similar to the proposed works. The similarity shall be construction of 10km of PE Pipelines.

  All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than 50 percent of the Bidder’s net worth.

The Bidder shall hold a valid and effective license/permit for hydro-technical facilities, issued by the RA Urban Development Ministry. In case of the absence of this license/permit the Bidders shall submit with the bid a signed statement that if the bidder is awarded the Contract he will obtain the required license from the RA Urban Development Ministry.

4. To obtain further information and inspect the bidding document, bidders should contact:

Armenian Water and Sewerage CJSC (AWSC),

Investment Programs Coordination Directorate (IPCD),

To:Mr. Norik Gevorgyan, AWSC IPCD director

Attn.: Mr. Eduard Chil-Akopyan, AWSC IPCD, Project Manager,

Ms. Kristine Ghambaryan, Procurement officer,

Address: Floor 3, Vardanants Blind Alley 8a, 0010, Yerevan, Armenia

Tel./Fax: +374 10 54 28 77

E-mail: ngevorgyan@armwater.am; echilakopyan@armwater.am;

kghambaryan@armwater.am


5. To purchase the bidding document in English, eligible bidders should:

 Write to address above requesting the bidding document for L2860-ICB-1-07/1, Improvement of water supply systems in Goris town and Brnakot village

  Pay a non-refundable fee of USD 100 or AMD 40 000 payable to the account indicated below. The method of payment will be direct deposit to Armenian Water and Sewerage CJSC’s cash box or direct payment to Armenian Water and Sewerage CJSC’s below specified account numbers:

For US Dollars: account No. 160483054419 with VTB Bank Armenia (SWIFT Code: ARMJAM22), 46, Nalbandyan Street, 0010, Yerevan, Republic of Armenia

or

For Armenian Drams: account No. 247010078175 with ARDSHININVESTBANK (SWIFT Code: ASHBAM22), 13, Grigor Lusavorich Street, 0010, Yerevan, Republic of Armenia.


6. Deliver your bid:

  To the address above.
  On or before the deadline: 06 March 2014, 15:00 hours (local time).
  Together with a Bid Security as described in the Bidding Document.

Bids will be opened immediately after the deadline for bid submission in the presence of bidders’ representatives who choose to attend.


ENGURI/VARDNILI HPP REHABILITATION PROJECT, Gerogia


Dead Line: 28 March 2014

Project ID: 4304
Borrower/Bid No: 7261-IFT-4304
Invitation for tenders

Engurhesi Ltd, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (EBRD), European Investment Bank (EIB), and European Commission Neighbourhood Investment Facility (EC NIF) (the Bank) towards the eligible costs of Enguri/Vardnili HPP Rehabilitation Project.

The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loan:

The aim of the Contract is to carry out rehabilitation of the existing waterways (spillway and tailrace channels) and construction of a new reinforced concrete discharge channel from the low-level outlet. The Enguri HPP and Vardnili HPP Cascade is located in the Abkhazia region of West Georgia, approximately 3 km from the town of Gali.

The scope of this two year Contract includes implementation of the following works:

•   Partial demolition of existing concrete structures;

•   Construction of a new reinforced concrete discharge channel from the low-level outlet (involving up to 35m deep excavation, and provision & placement of approximately 25,000 m3 of concrete);

•   Construction of new reinforced concrete linings to the existing spillway channel (including drilling and installation of 11m long passive anchors);

•   Rehabilitation of the initial part of the tailrace channel (including removal of landslide debris from the channel, repair of damaged reinforced concrete slabs, earthworks excavation & filling to reshape the channel banks, construction of new reinforced concrete and rip-rap linings).

•   Reconstruction of the original straight alignment of the tailrace channel sea outfall. Involving excavation of approximately 85,000 m3 of sediments within the tidal-affected zone. Excavations required down to approximately 7m below Mean Sea Level. Existing deviated channel alignment, to be closed by filling with approximately 50,000 m3 of the excavated sediments. New slopes to be protected with 54,000 m2 of rock-filled reno mattresses (20cm thick). Heavy rip-rap to be placed at the end of the realigned canal;

•   Raising of the existing canal banks, over the last 700m of the canal, by placing approximately 24,000 m3 of excavated sediments;  

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country. To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria (more fully described in the Tender Document, Section III: Evaluation and Qualification Criteria, Clause 32):

•   Average annual turnover (defined as annual earnings, expressed in its equivalent of a defined currency) over the last 5 years, of not less than EUR 12,000,000

•   Successful experience as a contractor (prime) in the execution of at least two (2) contracts of a magnitude comparable to the proposed contract within the last five (5) years. For assessment purposes the values of the referred contracts shall be not less than equivalent of EUR 6m

•   Previous experience as “The Contractor” on at least one contract, within the last 5 years, using FIDIC Conditions of Contract

•   In addition, the following specific operations and works experience shall be demonstrated:

-- Large scale excavation works, preferably experience in minimum 35m deep & 150,000 m3 volume excavations


-- Provision & placement, preferably experience of not less than 20,000 m3 of structural concrete
-- Installation of slope support
-- Construction of hydraulic structures, waterways or similar, involving dealing with surface water, and groundwater, during construction
-- Carrying out earthworks operations within a tidal-affected zone
-- Waterways rehabilitation involving earthworks and bank protection

The Employer shall issue digital versions of the Tender documents to interested and qualified Tenderers, free of charge.

If Tenderers require hard copies of Tender documents, these may also be obtained from the office at the address below, upon payment of a non-refundable fee of 200 Euros or equivalent in a convertible currency.  

The Employer’s bank details, for receipt of this payment are:

Intermediary Bank:
Deutsche Bank AG, Frankfurt, Germany
SWIFT: DEUTDEFF

Bank account:


LTD “ENGURHESI”
ProCredit Bank Georgia
Account Number (EURO): GE59 PC01 7360 0100 0150 15
SWIFT: MIBGGE22

Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery.

All tenders must be accompanied by a tender security of 200,000 Euros or its equivalent in a convertible currency.

Tenders must be delivered to the office at the address below on or before 14:00 hrs local time, on 28th March 2014, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.

A register of potential tenderers who have purchased the tender documents may be inspected at the address below.

Prospective tenderers may obtain further information from, and also inspect and acquire the tender documents at, the following office:

CONTACTS

Contact person: Mr. Malkhaz Tskvitishvili


Executing Agency: Engurhesi Ltd, Project Implementation Unit
Street Address: 8, Politkovskaia Street
Floor/Room number: 2nd floor
City: Tbilisi
Postal Code: 0186
Country: Georgia
Phone number: (995 32) 2 18 80 11
Facsimile number: (995 32) 2 18 80 22
E-mail address: Malkhaz@caucasus.net


Download 0.94 Mb.

Share with your friends:
1   2   3   4   5   6   7   8   9   ...   24




The database is protected by copyright ©ininet.org 2024
send message

    Main page