Invitation for Bids for Procurement of Works

Closed
Notice Type
IsDB Member Country Bidding
Issue Date
Last date of submission
Tender Number
MPW/830/IDB/ICB
Executing Department
INF
Project code
2AFG0020
Project title
Doshi-Pol-E Khumri Road
Email
massoud.qasime@ards.org.af

INVITATION FOR BIDS(IFB) Islamic Republic of Afghanistan Ministry of Public Works Kabul, Afghanistan. Loan No. AFG-020 Remaining Works of Rehabilitation of Doshi-Pol E Khumri Existing Road (51.98 Km) MPW/830/IDB/ICB 1. The Government of the Islamic Republic of Afghanistan has received a loan from the Islamic Development Bank (IDB) toward the cost of the Doshi-Pol E Khumri Road Project, and it intends to apply part of the proceeds of this loan to eligible payments under the contract for the Remaining Works for the Rehabilitation of Doshi-Pol E Khumri Existing Road (Ref No MPW/830/IDB/ICB). 2. The Afghanistan Reconstruction and Development Services (ARDS), acting on behalf of the Ministry of Public Works (MPW) of the Islamic Republic of Afghanistan ("the Employer") invites sealed bids from eligible Bidders for the Remaining Works of Rehabilitation of Doshi-Pol E Khumri Existing Road (51.98 Km) MPW/830/IDB/ICB. The construction period is 15 months. The Works include: 1. Removal of defected asphalted surface of the road from Km 0.+00.00 to the km 45+00. 2. Full Construction of road where the road is damaged by flood. 3. Rehabilitation and widening of the road inside the city of Pol E Khumri as specified in the bidding document. 4. Repair and reconstruction of concrete structures as specified in the bidding document. 5. Construction of new bridges. 6. Renewal of asphalting pavement of the road and strengthening of its shoulder. 7. Furnishing of road furnitures and road marking. 8. Protection of river bank as specified in the bidding document. 9. Clearing and grubbing of road. 10. Clearing and repairing of side drainage. Bidding will be conducted through the international competitive bidding (ICB), single stage one envelop procedures following Guidelines for Procurement of goods and Works under Islamic Development Bank Bank Financing, May 2009.and is open to all bidders from eligible source member countries (ICB/Member Countries). 3. A complete set of bidding Documents in English may be obtained by interested bidders by downloading the same from the ARDS website www.ards.gov.af or may obtain in CD from the ARDS office (address given below). In case of any difficulty in downloading from website, interested bidders may contact at e-mail address ards.procurement@ards.org.af. Bidding Documents will be sent electronically. Bidders may inspect a set of the bidding documents in hard copy at the address stated below between the hours of 08:00 and 16:00 on Saturdays to Wednesday. ARDS will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids. For clarification purposes only, the Employer’s address is: Afghanistan Reconstruction and Development Services (ARDS) Ministry of Economy Building 4th and 5th Floor Malik Asghar Square Kabul, Afghanistan Contact Persons: Mr Tanka Prasad & Mohammad Massoud Phone: 0093 (0) 799 30 30 05 / 0093 (0) 75 20 55 746 E-mail: tanka.prasad@ards.org.af & massoud.qasime@ards.org.af or hamid.sherzai@ards.org.af 4. Qualifications of bidders to perform the contract will be examined on the basis of the following minimum requirements. (a) Minimum average annual construction turnover during the last five years should be at least equivalent of USD 35 million. (information to be provided in form Fin-2 of Section-7, Volume I of bid document) (b) Successful experience as prime contractor, management contractor, partner in a joint venture, or subcontractor, in the execution of at least two projects of value USD 17 million each and of a nature and complexity comparable to this works within the last 10 years. (information to be provided in form Exp-2(a) of Section-7, Volume I of bid document) (c) Proposals for timely acquisition (own, lease, hire, etc.) of the essential Contractor’s equipment: List of equipment required are enclosed in Annexure 1 of Section -2. (information to be provided in form EQU of Section-7, Volume I of bid document) (d) A project manager with 10 years experience in works of a comparable nature and complexity, including not less than five years as manager, A highway/pavement engineer, a drainage/structural engineer, a quality control/material engineer and a Quantity engineer with 10 years of general experience and 5 years of experience in similar works.(details to be provided in form Per-2 of Section-7, Volume I of bid document) (e) Liquid assets and/or evidence of access to or availability of credit facilities of no less than USD 4.5 Million. (Details to be provided in form Fin-3 of Section-7, Volume I of bid document) 5. The Bidder shall provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by them over the last five years. Claims, arbitration or other litigation proceedings pending or already resolved, with a possible impact of more than 50 per cent of the Bidder’s net worth shall be a ground for declaring the Bidder not qualified for the award of the contract. 6. Bids must be delivered at or before January 29, 2012 at 14:00 Hrs Kabul Local Time at the address stated below. Afghanistan Reconstruction and Development Services (ARDS) Ministry of Economy Building 4th and 5th Floor Malik Asghar Square, Kabul, Afghanistan Late bids shall be rejected 7. All Bids must be accompanied by a bid security of US$ 650,000 or an equivalent amount in a freely convertible currency. Bid security shall remain valid for 28 days beyond the validity of bid i.e. up to 148 days from the date of bid submission (i.e. up to June 25, 2012). 8. Bids will be opened in the presence of bidder’s representatives who choose to attend at the same time and date as the target bid submission time and date, and at the same place that of bid submission, mentioned above. 9. A margin of domestic preference is applicable.