Building Resilient Bridges (Албания - Тендер #66367028) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Албания (другие тендеры и закупки Албания) Организатор тендера: The World Bank Номер конкурса: 66367028 Дата публикации: 20-08-2025 Источник тендера: Тендеры всемирного банка |
||
P174595
Building Resilient Bridges
Albania
OP00373831
Invitation for Bids
Published
AL-ARA-352286-CW-RFB
Request for Bids
English
Sep 30, 2025 10:00
Aug 18, 2025
Albanian Road Authority
Rexhina Rakipi
Street address: Rruga Sami Frasheri No. 33, Tirana, Albania
Albania
Albania
042 227 3308
www.arrsh.gov.al
Specific Procurement Notice
Request for Bids
Small Works
(One-Envelope Bidding Process)
Country: Albania
Name of Project: Building Resilient Bridges
Contract Title: Rehabilitation / Reconstruction of Beshiri Bridge
Loan No.: 94790-AL
RFB Reference No.: AL-ARA-352286-CW-RFB
1) The Government of Albania has received financing from the World Bank toward the cost of the Building Resilient Bridges Project (BRBP), and intends to apply part of the proceeds toward payments under the contract for civil works related to the rehabilitation and reconstruction of the Beshiri Bridge. Procurement process will be governed by the World Bank’s Procurement Regulations.
2) The Albanian Road Authority now invites sealed Bids from eligible Bidders for the rehabilitation/ reconstruction of the Beshiri Bridge, which involves the civil works required to reconstruct a road bridge adjacent to the existing Beshiri Bridge. The bridge is located at km 3+233 along the interurban road section (SH56), connecting the capital city Tirana to the main port of Durres via Ndroq. The reconstruction is expected to be completed within twelve (12) months, with a subsequent Defect Liability Period of twelve (12) months. Qualifications requirement are presented in the Bidding Documents. Bidders are required to have the following minimum qualification:
a) 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 one million one hundred fifteen (1.115.000) Euro for the subject contract(s) net of the Bidder’s other commitments.
b) 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.
c) 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 three (3) years prior to the deadline of submission (i.e. 2022, 2023, 2024), shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.
d) Minimum average annual construction turnover of eight million nine hundred thousand (8,900,000) Euro, calculated as total certified payments received for contracts in progress and/or completed within the three (3) years prior the deadline of submission (i.e. 2022, 2023, 2024), divided by three (3) years.
e) Experience under construction contracts in the role of prime contractor, JV member, subcontractor, or management contractor for at least the last five (5) years, prior to the deadline of submission.
f) 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 2020 and bid submission deadline: Two (2) contracts, each of minimum value 3,570,000 Euro. Or Less than or equal to 2 contracts each of minimum value or 3,570,000 Euro but with total value of all contracts equal or more than 7,140,000 Euro. The similarity of the contracts shall be based on Section VII, Scope of Works, specify the minimum key requirements in terms of physical size, complexity, construction method, technology and/or other characteristics including part of the requirements.
g) For the above and any other contracts substantially completed and under implementation as prime contractor, joint venture member, or sub-contractor between 1st January 2020 and Application submission deadline, a minimum construction experience in the following key activities successfully completed.
Bridge construction
Road construction
3) Bidding will be conducted through national competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers”, dated July 2016 as amended on November 2020, (“Procurement Regulations”), and is open to all Bidders as defined in the Procurement Regulations.
4) Interested eligible Bidders may obtain further information from Albanian Road Authority and inspect the bidding document during office 08:00 to 16:30 (Monday to Thursday) and 08:00 to 14:00 on Friday at the address given below.
5) The bidding document 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 10.000 Albanian Lek. The method of payment will be a direct deposit to the ARA though the Albanian Treasury at the following account:
The Bank: CREDINS BANK
Account Name: NDERTIMI I URAVE TE QENDRUESHME
SWIFT Code: CDISALTRXXXX
Account Number: 00002015360
Iban: AL04212110090000000002015360
Account Code: 00002015360
Description: Purchase bidding documents
The bidding document will be sent by email or dispatched and consist of:
6) Bids must be delivered to the address below on or before September 30, 2025 not later than 10:00 am local time. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on September 30, 2025 not later than 10:10 am local time.
7) All Bids must be accompanied by a Bid-Securing Declaration.
8) The address referred to above is:
Albanian Road Authority
BRBP Project Implementation Team (PIT)
Street address: Rruga Sami Frasheri No. 33, Tirana, Albania
Room number: Ground Floor, Protocol office
Tel: 042 227 3308
Email: gentian.gjyli@arrsh.gov.al
rexhina.rakipi@arrsh.gov.al