Invitation for Bids

Issued on:

23 April 2025

Employer:

“Road Department” Fund on behalf of Ministry of Territorial Administration and Infrastructure

Name of project:

Construction of the Kajaran tunnel  

County:

The Republic of Armenia

Contract No. and Title:

04-CW-01-KT- Civil Works for Construction of about 7 km Kajaran tunnel and reconstruction of about 4 km approaching roads

Deadline for Submission of Bids:  

22 July 2025 at 16:00 hours (Yerevan time)

1. The Republic of Armenia (RoA) has applied for financing from the Eurasian Development Bank, acting in its capacity of the Eurasian Fund for Stabilization and Development (EFSD) Resources Manager toward the cost of the Project: “Construction of the Kajaran tunnel”, and intends to apply part of the proceeds toward payments under the contract for Civil Works for Construction of about 7 km Kajaran tunnel and reconstruction of about 4 km approaching roads.

2. The “Road Department” Fund on behalf of Ministry of Territorial Administration and Infrastructure of the Republic of Armenia (“the Employer”) now invites sealed bids from eligible bidders for the following construction works Civil Works for Construction of about 7 km Kajaran tunnel and reconstruction of about 4 km approaching roads.

The Works involves the construction of the Kajaran tunnel (total length about 7.2 km) and reconstruction of the existing M-2, Yerevan-Yeraskh-Goris-Meghri-Iran border road section (total length about 4.0 km).

The Contractor shall carry out the Works in accordance with the detailed design and the requirements of the technical specifications, which are part of the Bidding Documents to be provided by the Employer.

Only eligible Bidders with the following and other key qualifications mentioned in the Section III of the Bidding Documents should participate in this bidding:

Financial Situation:

(i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as։ USD 21,000,000 for the subject contract(s) net of the Bidders other commitments;

(ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments;

(iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last 5 (five) years, starting from 1st January 2019 to 1st January 2024 shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.

Average Annual Construction Turnover:

Minimum average annual construction turnover of USD 95,000,000 calculated as total certified payments received for contracts in progress and/or completed within the last within the last 10 (ten) years starting from 1st January 2015 to 1st January 2025․

Specific Construction & Contract Management Experience:

A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2015 and application submission deadline: 1 (one) contract with minimum value  USD 300,000,000 or 2 (two) contracts, each of with minimum value USD 150,000,000.

More details related to other key qualification requirements are mentioned in the Section 3 of the Bidding Documents.

3. Bidding will be conducted through the International Competitive Bidding procedures without prequalification as specified in the Procurement Policy for Projects Financed by the EFSD (last update in November 2018) and the Procurement Procedures for Projects Financed by the EFSD Funds (last update in November 2018) posted on the website of the EFSD[1].

4. Interested eligible Bidders may obtain further information from the address given below:
 “Road Department” Fund
 Executive Director: Arkadi Cherchinyan
 Address: 1st floor, Government House 3, Republic Square, 0010, Yerevan, RA
 Tel: +37410542176
 E-mail: procurement@armroad.am, hasmik.ordukhanyan@armroad.am

5. The soft version of Bidding document in English at no cost, may received by interested eligible Bidders by email upon the submission of a written application the address above requesting the bidding documents for 04-CW-01-KT Civil Works for Construction of about 7 km Kajaran tunnel and reconstruction of about 4 km approaching roads (“the Works”).

6. Bids must be delivered to the address below:
“Road Department” Fund
Address: 1st floor, Government House 3, Republic Square, 0010, Yerevan, RA
on or before: 22 July 2025 at 16:00 hours (Yerevan time).
Electronic Bidding will not be permitted. Late Bids will be rejected.
Bids will be publicly opened on: 22 July 2025 at 16:00 hours (Yerevan time) in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below:

“Road Department” Fund
Address: 1st floor, Government House 3, Republic Square, 0010, Yerevan, RA 

7. All Bids must be accompanied by a “Bid Security” in the amount of 2 percent from the total price of Bid of the participant.

8. All Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration.

 “Road Department” Fund
 Executive Director: Arkadi Cherchinyan
 Address: 1st floor, Government House 3, Republic Square, 0010, Yerevan, RA
 Tel: +37410542176
 E-mail: procurement@armroad.am, hasmik.ordukhanyan@armroad.am

 

[1] https://efsd.org/en/about/documents/policies_and_procedures/


Наверх

2021