mtd@mtd.gov.kg
+996 (312) 31 43 85
KG   RU  

Invitation for Bids

Without Prequalification

Country: The Kyrgyz Republic

Name of Project Third Phase of the Central Asia Regional Links Program (CARs-3)

Loan No. /Credit No./ Grant No.:  6328-KG/ IDA Grant D385-KG

 

Contract Title: Reconstruction of Tyup-Kegen Road km39-km76 and Karkyra-Turuk-Sary-Jaz Road km0-km13

Reference No. (as per Procurement Plan): CARs3/ICB/CW/1/1

 

 

 

The Kyrgyz Republic has received financing from the International Development Association (IDA) toward the cost of the Third Phase of the Central Asia Regional Links Program (CARs-3), and intends to apply part of the proceeds toward payments under the contracts for Reconstruction of Tyup-Kegen Road km39-km76 and Karkyra-Turuk-Sary-Jaz Road km0-km13.

The Ministry of Transport and Communications of the Kyrgyz Republic (MOTC KR) now invites sealed bids from interested eligible bidders for:

Contract 1: Lot-1 Reconstruction of the Tyup-Kegen Road km39-km76

Contract 2: Lot-2 Reconstruction of the Karkyra-Turuk-Sary-Jaz Road km0-km13

The purpose of the Package is to upgrade the existing project roads which are considered in two separate lots namely, Lot-1(L=36.893km) and Lot-2(L=12.776km) of which implementation periods are 960 days and 720 days, respectively.

Lot-1 of the project is comprised of 36.9km length of Tyup – Kegen Road starting from Sary-Tologoy village (Km=39+000) and ending at Kyrgyz Republic – Kazakhstan Border Check Point (Km=75+893) as well as 1 km access road (at Km=57+078) to San-Tash Tamerlane historical site. The existing road category-IV standards are improved to category-III for Tyup –Kegen road, and category-IV standards are applied for existing dirt road San-Tash Tamerlane Road, which resulted in widening of the road platforms by at least 2m.

Lot-2 of the project starts on the ramp of second intersection (Karkyra intersection, Km:70+039 of Lot-1) of Lot-1 at Km=0+180 and ends at Km:12+956 following the existing Karkyra – Turuk – Sary – Jaz Road. The existing road category-V standards are improved to Category-IV, which resulted in widening of the road platform by at least 2m.

The traffic volumes on the existing roads are relatively low while there is a significant increase in the average intensity during summer period due to the inflow of tourists from Kazakhstan to reach Issyk-Kul region and alpinit visiting Ak-Say travel camp. Existing road networks experience harsh weather conditions during winter time which result in road closures about 20 to 30 times due to snowfall and following snow drifts.

Conducted surveys and engineering studies concluded that all of the existing artificial structures (pipe and box culverts, bridges) along the project roads are required to be replaced with new ones as well as updating the geometrical alignment (both horizontal and vertical) of the existing roads in accordance to the improved road category classification. As the existing road is the only available road network to reach the settlement areas along the road network, due care shall be provided for the continuation of traffic flow.

Amount of existing utility lines to be relocated is relatively less while it is envisaged to relocate some of the existing power network lines which are located in the permanent right of way of the upgraded roads. To provide safe and efficient pedestrian facilities sidewalks and street lighting have been proposed while passing through residential areas.

Upgrading scheme of the existing road networks require archaeological excavation of burial mould at 11 different locations which are envisaged to be completed before the permanent works.

Bidders may bid for one or several contracts, as further defined in the bidding document.  Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.

Bidding will be conducted through the International Competitive Bidding procedures as specified in the “Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits and Grants by World Bank Borrowers”, dated January 2011 (revised July 2014) (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.

Interested eligible bidders may obtain further information from Ministry of Transport and Communications of the Kyrgyz Republic (MOTC KR), 6th floor, 605-room, carswbipig@gmail.com and inspect the bidding documents during office hours from 09:00 to 17:00 hours at the address given below.

A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of US$100. The method of payment will be made by transfer to the tender accounts in USD or KGS.[1] The document will be sent by airmail for overseas delivery and surface mail or courier for local delivery.

Bids must be delivered to the address below on or before December 16, 2021, 15:00 (local time). Electronic bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked “ORIGINAL BID”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on December 16, 2021, 15:00 (local time). All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening.

All bids must be accompanied by a Bid Security of US$ 520,000 for LOT 1, and US$ 140,000 for LOT 2.

The address(es) referred to above is(are):

 

Attn: Minister Kaiynbaev N., Deputy Minister

Ministry of Transport and Communications of the Kyrgyz Republic (MOTC KR),

42 Isanov Street, Room 605, 6/F Bishkek

720017, the Kyrgyz Republic

Tel: +996 312 314275

Fax: +996 312 314275

E-mail: carswbipig@gmail.com

[1]       For example, cashier’s check, direct deposit to specified account number, etc.