INVITATION FOR TECHNICAL PROPOSALS

Date:                                                18 July 2014

Loan No. and Title:                       3116AZE: Multitranche Financing Facility for the Road Network Development Program, Tranche 4

Contract Nos. and Titles:            02/2014/AZE Design and Build of four bridges in Ganja-GazakhRegion

Deadline for Submission of Technical Proposals: 17:00 hours, 4 September 2014.

1. The Republic of Azerbaijanhas applied for a loan from the Asian Development Bank (ADB) towards the cost of constructing four bridges in the Ganja-Gazakh Region of NorthWestern Azerbaijan.  Part of this loan will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries specified in the Bidding Documents.

2. Ministry of Transport (“the Executing Agency), Azeryolservis ASC (”the Implementing Agency) invites sealed Technical Proposals and Price Bid from eligible Bidders for the design, construction and completion of four bridges; namely; Bridge over Railway Lines on R-24, Bridge over Kura River on R-24, Bridge over AjiDara River on R-24 and Bridge over Agatafa River on Y-05-08 (“the Works”).

3. To obtain further information and inspect the Bidding Documents, Bidders should contact:

Mr.JavidGurbanov, Chairman, Azeryolservis ASC

Contact Person: Mr.JamilRustamkhanli - PIU Director

Street Address: 72/4 U. Hajibeyov Street

Floor/Room number:  8th Floor

City: Baku

Code: AZ1010

Country: Republic of Azerbaijan

Telephone and fax : (+994 12) 4936009

Electronic Mail Address: [email protected]

4. To purchase the Bidding Documents in English, eligible Bidders should:

· write to the address above requesting the Bidding Documents for02/2014/AZEDesign and Build Bridges in Ganja-Gazakh Region

· pay a non-refundable fee of AZN 200or USD 250 through cash or bank transfer to:

Azerbaijan Republic International Bank Transport Branch

SWIFT: IBAZAZ2X

Account Number: 3306019449345490205

AZN 33316018409345490205  USD

Identification Number:  9900013141

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

If requested, the documents can be sent electronically after presentation by the prospective Bidder of appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the Bidding Documents, the hard copy shall prevail.

5.A two stage bidding procedure will be adopted for the procurement of the above-named Contract and will proceed as follows:

A) The Executing Agency will first request the Bidders to submit Technical Proposals in response to the requirements of the Bidding Documents but without prices. The Technical Proposals shall be evaluated by the Executing Agency subject to non-conformities of material nature as defined in the Bidding Documents including those relating to the qualification of the Bidders. At the end of the evaluation of Technical Proposals, the Executing Agency will notify its findings individually to each Bidder and request that each Bidder rectify all non-conformities of material nature and submit its final Technical Proposal. Prior to the submission of its final Technical Proposal, each Bidder will have the right to request the Executing Agency for a clarification of the rationale for the Executing Agency’s required rectifications and confirm if its final Technical Proposal is fully responsive.

B) Only Bidders submitting substantially responsive final Technical Proposals shall be invited to submit Bids. All Bids that are received by the Executing Agency shall be evaluated and compared in accordance with the criteria set forth in the Bidding Documents.

6. To be qualified for the invitation for Bids, Bidders shall demonstrate, on the basis of the information submitted in the Technical Proposal, that they would be qualified and capable of undertaking the Contract satisfactorily. Bidders shall also be expected to satisfy the following specific qualification criteria:

I. a minimum annual construction turnover over the last two years of USD 18 million;

Ii. access to financial resources such as liquid assets, unencumbered real assets, lines of credit in addition to the liquid finance assets to meet their current cash flow commitments and those required for this project;

Iii. The Bidder or the lead partner of the Joint Venture Consortium or Association (JVCA) Bidder shall demonstrate successful experience as a prime contractor or lead partner of a JVCA contractor in the execution of at least one bridge design and construction project(s) of the value of USD12 million or more involving contractor’s single point responsibility for the design-build of works of a nature and complexity comparable to the proposed Works within the last ten years.

Iv. The Bidder or any partner of a JVCA Bidder shall demonstrate that it has successful experience as a prime contractor, partner of a JVCA contractor or a subcontractor in the completion of at least one bridge construction projects of the value of USD 16 million involving the execution of works of equal or higher complexity as the Works detailed by the Bidder in its Contractor’s Proposal during the past ten years.

The Technical Proposals must be delivered to the office at the address above on or before 17.00 hours local time on Thursday4 September 2014at which time they will be opened in the presence of those Bidders’ representatives who choose to attend.

 

 

 


© İstifadə edilərkən "Xalq qəzeti"nə istinad olunmalıdır.



  • I Avropa Oyunlarının təəssüratları uzun müddət xatirələrdə yaşayacaq

    I Avropa Oyunlarının təəssüratları uzun müddət xatirələrdə yaşayacaq

  • Hər gün bir tarix, hər gün bir zəfər

    Hər gün bir tarix, hər gün bir zəfər

  • Birinci Avropa Oyunları məşəlinin Bakının mədəniyyət və incəsənət mərkəzlərinə səyahəti

    Birinci Avropa Oyunları məşəlinin Bakının mədəniyyət və incəsənət mərkəzlərinə səyahəti

Most popular



Calendar

Weather