STATE ROAD ADMINISTRATION has floated a tender for Contract notice: EBRD - Road Sector Program. The project location is Moldova and the tender is closing on 10 Dec 2018. The tender notice number is 479168-2018, while the TOT Ref Number is 28094758. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Moldova

Summary : Contract notice: EBRD - Road Sector Program

Deadline : 10 Dec 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 28094758

Document Ref. No. : 479168-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : STATE ROAD ADMINISTRATION
Office Name: State Road Administration

Town: Chisinau


Attention: Mr. Serghei Poli?ciuc

Fax: +373 22 74 12 19
Moldova
Email :procurement@asd.md

Tender Details

Object of the contract
EBRD - Road Sector Program

Description: Contract notice: EBRD - Road Sector Program

Authority Type: Utilities entity
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Investment Bank, European Investment Fund, European Bank for Reconstruction and Development
Award criteria: Not specified
CPV code: 71520000, 71631480, 90713000,
CPV Description: Construction supervision services.

Road-inspection services.

Environmental issues consultancy services.

Procurement reference: 9269-IFT-45094.

Project name: Road Sector Program.

Country: Republic of Moldova.

Business sector: Transport.

Project ID: 45094.

Funding source: EBRD.

Type of contract: Works.

Type of notice: Invitation for tenders.

Issue date: 24.10.2018.

Closing date: 10.12.2018, 10 am Moldovan time.

This Invitation for Tenders follows the latest update of the general procurement notice for this project which was published on the European Bank for Reconstruction and Development (the Bank) website, Procurement Notices (www.ebrd.com) on 27.6.2018..

The Ministry of Economy and Infrastructure, represented by the State Road Administration, hereinafter referred to as "the Employer", intends using part of the proceeds of a loan from the Bank towards the cost of Rehabilitation of R14 B?l?i S?r?teni Road, km 26 + 600 -km 38 + 300 and Rehabilitation of R14 B?l?i S?r?teni Road, km 43 + 000 -km 61 + 000 and bridge at km 64 + 756 (which according to the new classification approved by the Government shall bear the name in the contract as rehabilitation of:.

— lot 1: R6 Chisinau-Orhei-Balti Road km 99 + 530 km 111 + 230 and.

— lot 2: R6 Chisinau-Orhei-Balti Road km 76 + 700 km 94 + 700 and bridge at km 72 + 944)..

The employer now invites sealed tenders from contractors for the following Contracts to be funded from part of the proceeds of the loan:.

Rehabilitation of R14 B?l?i S?r?teni Road (R6 Chisinau-Orhei-Balti Road)..

— lot 1: RSP/W11/01: km 26 + 600 km 38 + 300 (km 99 + 530 km 111 + 230), .

— lot 2: RSP/W11/02: km 43 + 000 km 61 + 000 and bridge at km 64 + 756 (km 76 + 700 km 94 + 700 and bridge at km 72 + 944)..

Republican Road R14: Balti to Sarateni connects the city of Balti with the M2 Chisinau Soroca road via Singerei. It forms part of 2 primary routes between Chi?in?u and B?l?i, the 2 largest cities in Moldova, and also provided significant regional and local connections..

The works are divided into 2 lots, which are to be performed concurrently and comprise:.

Lot 1: Starting at km 26 + 600, at the western access road to Singerei, and continuing as the Singerei Bypass to km 38 + 300, at the eastern access to Singerei and the R18 to Flore?ti. The principal element of the works comprises the overlaying of the existing asphalt pavement and providing a third lane of carriageway along the whole length. Structural works include remedial works to a total of 4 bridges..

Remedial works to combat landslides are also envisaged comprising the construction of a slide..

Retaining structure..

The main works will consist of:.

— rehabilitation of 4 bridges, .

— slip remedial works, .

— relocation of Utilities, .

— some 183 000 m3 of earthworks, .

— some 160 000 m2 Binder course of asphalt concrete M II, thickness 60 80 mm.

— some 230 000 m2 Wearing course of asphalt concrete, thickness 40 mm..

The scope of works is estimated and mentioned for guidance only, as the final scope will be determined based on the measured quantities of implemented works..

The overall time for completion of the works under the contract is 730 days. The Defect Notification Period is 365 days..

Lot 2: Starting after Copaceni village at km 43 + 000 and extending to the M2 Chisinau Soroca road junction at km 66 + 657, but excluding the short section from km 61 + 000 to km 64 + 370. The principal element of the works comprises the overlaying of the existing asphalt pavement and providing a third lane of carriageway along the whole length. Structural works comprise remedial works to a total of 6 bridges. Bridgeworks include:.

— replacement of bridge decks, .

— headstocks and additional driven piles, .

— embankment protection, .

— waterproofing and expansion joints to bridge decks, .

— new pavement, .

— guardrail installation and general finishing works..

The main works will consist of:.

— rehabilitation of 6 bridges, .

— some 283 000 m3 of earthworks, .

— some 125 000 m2 Binder course of asphalt concrete M II, .

— some 230 000 m2 Wearing course of asphalt concrete, thickness 40 mm..

The scope of works is estimated and mentioned for guidance only, as the final scope will be determined based on the measured quantities of implemented works..

The overall time for completion of the works under the contract is 730 days. The defect notification period is 365 days..

To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria:.

— minimum average annual construction turnover, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years..

— lot 1: 23 000 000 EUR equivalents, .

— lot 2: 23 000 000 EUR equivalents, .

— lot 1 and lot 2: 46 000 000 EUR equivalents..

The tenderer must demonstrate 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 to meet the following cash-flow requirement:.

—— lot 1: 3 000 000 EUR equivalents, .

—— lot 2: 3 000 000 EUR equivalents, .

—— lot 1 and lot 2: 6 000 000 equivalents..

(a) participation as a contractor or management contractor in at least one (1) contract per each lot within the last five (5) years, that have been successfully and substantially completed and that are similar to the proposed Works. The referred contract shall include:.

— lot 1: Road construction works for flexible pavement including production and laying of asphalt concrete, bridge construction/rehabilitation, etc.;.

— lot 2: Road construction works for flexible pavement, including production and laying of asphalt concrete, bridge construction/rehabilitation, etc..

(b) successful experience as a contractor (prime or subcontractor) in the execution of at least two (2) contracts of a magnitude comparable to the proposed contract within the last five (5) years..

The values of the referred contracts shall be not less than the equivalent of:.

— lot 1: 15 000 000 EUR equivalents, .

— lot 2: 15 000 000 EUR equivalents, .

— lot 1 and lot 2: 30 000 000 equivalents..

(c) participation as a main contractor on one (1) contract of a similar magnitude. The values of the referred contracts shall be not less than the equivalent of:.

— lot 1: 15 000 000 EUR equivalents, .

— lot 2: 15 000 000 EUR equivalents, .

— lot 1 and lot 2: 30 000 000 equivalents..

(d) Production and laying of asphalt concrete on a single contract in at least one (1) year in the past three (3) years at a rate not less than:.

— lot 1: 21 000 tonnes/year, .

— lot 2: 23 000 tonnes/year, .

— lot 1 and lot 2: 44 000 tonnes/year..

(e) annual average asphalt concrete production and laying over the past five (5) years at a rate not less than:.

— lot 1: 21 000 tonnes/year, .

— lot 2: 23 000 tonnes/year, .

— lot 1 and lot 2: 44 000 tonnes/year..

(f) bridge structural rehabilitation works on a single contract executed within the last 3 years at a rate of not less than:.

— lot 1: 1 600 m, .

— lot 2: 3 500 m, .

— lot 1 and lot 2: 5 100 m..

(g) other qualification criteria with regard to personnel, equipment, JVCA as applicable, etc. as detailed in the tender documents..

Tenderers may submit tenders for one or both lots. Each lot must be priced separately. Tenders for more than one lot may offer unconditional discounts and such discounts will be considered in the comparison of tenders..

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country who, in order to receive the tender documents, any amendments or clarifications to the tender documents, should register by completing the Registration Form available at the following link: http://files.asd.md/Procurement/W11_01_02/Registration_Form.pdf.

Completed registration form shall be submitted to employer's project officer via fax or email provided below. Registration will be completed when a potential Tenderer receives a registration number from the Employer. The potential Tenderer may elect on the Registration Form to receive the tender documents or any amendments or clarifications to the tender documents, in the following manner:.

(i) free of charge via e-mail on submission of a request at the address below and.

(ii) free of charge in electronic format at the address below..

All tenders must be accompanied by a tender security of:.

— lot 1:450 000, 00 EUR or its equivalent in a convertible currency;.

— lot 2: 450 000, 00 EUR or its equivalent in a convertible currency;.

— lot 1 and lot 2: 900 000, 00 EUR or its equivalent in a convertible currency..

Tenders must be delivered to the office at the address below on or before 10:00 am (Moldovan time) 10.12.2018, at which time they will be opened in the presence of those tenderers' representatives who choose to attend..

The applicable procurement rules are the Bank's Procurement Policies and Rules (PP&R) which can be located at: http://www.ebrd.com/news/publications/policies/procurement-policies-andrules.html.

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

Prospective tenderers may obtain further information from the following office:.

.


Internet address (URL):

Documents

 Tender Notice