MINISTRY OF TRANSPORT, ARCHITECTURE, CONSTRUCTION AND COMMUNICATION OF THE KYRGYZ REPUBLIC has floated a tender for Epkin-Diykan (Bashkuugandy) Road Section (69.7 Km). The project location is Kyrgyzstan and the tender is closing on 12 May 2021. The tender notice number is CAREC/C1&3/ICB/CW1, while the TOT Ref Number is 51863087. 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 : Kyrgyzstan

Summary : Epkin-Diykan (Bashkuugandy) Road Section (69.7 Km)

Deadline : 12 May 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 51863087

Document Ref. No. : CAREC/C1&3/ICB/CW1

Competition : ICB

Financier : Asian Development Bank (ADB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF TRANSPORT, ARCHITECTURE, CONSTRUCTION AND COMMUNICATION OF THE KYRGYZ REPUBLIC
720017, Bishkek, 720017, Bishkek, Isanov str., 42, 6th floor, office 601 Tel: +996 312 900-970 Fax: +996 312 314-378
Kyrgyzstan
Email :procurement.ipig@piumotc.kg / procurement.ipig@gmail.com

Tender Details

Tenders are invited for Epkin-Diykan (Bashkuugandy) Road Section (69.7 Km).

1. The Kyrgyz Republic has received financing from the Asian Development Bank (ADB) towards the cost of CAREC Corridors 1 and 3 Connector Road Project. Part of this financing will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of ADB.

2. The Ministry of Transport, Architecture, Construction and Communication of the Kyrgyz Republic (“the Employer”) invites sealed bids from eligible Bidders for the construction and completion of the Epkin-Dyikan (Bashkuugandy) Road Section (69.7 km) (“the Works”). Details and specifications are provided in the Bidding Documents.

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB-s SingleStage: Two-Envelope bidding procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

4. Only eligible bidders with the following key qualifications should participate in this rebidding:

• Participation in at least two (2) road construction contracts that have been successfully or substantially completed in the last 8 years and that are similar to the proposed work where the Bidder`s participation value exceeds $35, 000, 000. The similarity of the Bidder`s work shall be based on physical size, nature of work, complexity, methods, technology, or other characteristics as described in Section 6 (Employer Requirements).

• Must have construction experience in at least the following major areas:

o Production and paving of at least 24 906 m³/year of asphalt concrete (AC) in any one year within the last 8 years

o Production and laying of at least 16 604, 4 m³/year of stone mastic asphalt (SMA) in any one year within the last 8 years under one or several contracts

o Construction of two or four lane asphalt paved roads to international standards such as AASHTO, GOST and SNiP under one or more contracts within the last 8 years

• At a minimum, Bidder`s equity for the most recent year, calculated as the difference between total assets and total liabilities, must be positive.

• The Bidder must have a minimum average annual construction turnover of at least
$35.0 million, calculated as the sum of certified payments received under contracts in
progress or completed, within the last 3 years.
• Must demonstrate financial resources for:
o Current contractual obligations
o Financial resources for this contract as calculated in bidding documents.
• Must have available and sufficient [own or leased] construction equipment and facilities
of type, size/capacity, and quantity adequate and sufficient to perform and complete the
Work during the specified contract period - including crushing and screening plant,
concrete mixing plant, and bituminous sprayer. In addition, asphalt plants for the
production of high-quality SMA, asphalt pavers, rollers on pneumatic wheels, vibratory
rollers, front loaders, tandem rollers, concrete mixers, truck cranes, dump trucks, a drilling
rig, bulldozers, and excavators.
• Must have technical and supervisory personnel with the required years of general
construction experience in similar works
• Must have no pending litigation
Note: Approval of the Environmental Impact Assessment reports shall be subject to
incorporation of measures to protect the relics of major archaeological sites. This is
necessary to prevent damage from any impact and vibration during construction and future
operation phases. The contractor shall appoint his own team, a suitable archaeologist to
conduct pre-construction surveys and to supervise the work. This is expected to lead to
modified excavation and compaction methods in sensitive areas.
5. To obtain further information and inspect the bidding documents, Bidders should contact:
Ministry of transport, architecture, construction and communication of the Kyrgyz Republic
Kyrgyz Republic, 720017,
Bishkek,
720017, Bishkek, Isanov str., 42,
6th floor, office 601 Phone: +996 312 900-970
Fax: +996 312 314-378
E-mail: procurement.ipig@piumotc.kg, procurement.ipig@gmail.com
6. To purchase the bidding documents in English, eligible Bidders should
• send an application to the below address indicating the bidding documents for the
“CAREC Corridors 1 and 3 Connector Road Project, Epkin-Dyikan (Bashkuugandy) Road
Section (69.7 km)” (Works);
• pay a non-refundable amount of 250 US dollars by bank transfer to the specified state
bank account in the name of the recipient “CAREC Corridors 1 and 3 Connector Road
Project, Epkin-Dyikan (Bashkuugandy) Road Section (69.7 km)” with the following details:
Bank name: Branch "DKIB-Glavniy" CJSC Demir Kyrgyz International Bank, Bishkek

Bank address: 245, Chui Ave, Bishkek, Kyrgyzstan
Account number: 1180000092422416 (KGS)
1180000092422517 (USD)
BIK: 118005
SWIFT code: DEMIKG22
Correspondent bank:
Bank name: KOOKMIN BANK (Seoul, South Korea)
Bank address: Kookmin Bank H.Q, Sewoo Building, 115 Yeouigongwon-ro
Yeongdeungpo-gu, Seoul (Zip : 07241)
SWIFT BIC: CZNBKRSE
Correspondent account of DemirBank: 8D2-8-USD-01-8
Intermediary banks:
1) JPMORGAN CHASE BANK 2) CITIBANK
SWIFT BIC: CHASUS33 SWIFT BIC: CITIUS33
Account #: 001 1 544111 Account #: 36049172
2) Bank name: TRANSKAPITALBANK (Moscow, Russia)
Bank address: 27/35, Vorontsovskaya Street, Moscow, 109147, Russia
SWIFT BIC: TJSCRUMM
Correspondent account of DemirBank: 30111840100000000107
Intermediary bank:
CITIBANK, New York, NY, USA
SWIFT BIC: CITIUS33, Account #: 36313578
• specify in the purpose of payment: For purchase of bidding documents for the project
“CAREC Corridors 1 and 3 Connector Road”.
• If necessary and requested, the Employer will promptly send the documents by courier
service to a domestic or international destination, but under no circumstances will the
Employer be liable for loss or late delivery. An amount covering the cost of courier
delivery services must be added to the above cost of the bidding documents.
o for delivery within the Kyrgyz Republic - USD15
o for international delivery - USD250
8. Deliver your bid
• to the address in paragraph 5
• on or before the deadline of 12 May 2021, 15:00 hours (local time)
• together with a Bid Security as described in the bidding document
The technical bids will be opened immediately after the deadline for bid submission in the
presence of Bidders- representatives who choose to attend at the address below. All bids
received after the submission deadline will be rejected.

Ministry of Transport, Architecture, Construction and Communication of the Kyrgyz
Republic
42 Isanov Street
Conference Hall, 4th floor
Bishkek, 720017
Kyrgyz Republic

9. The Employer shall bear no responsibility for the costs incurred by Bidders in connection with the delivery or preparation of bids.

Documents

 Tender Notice