Armenia Water and Irrigation Services Enhancement Program - Phase 1 Project (Армения - Тендер #71226382) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Армения (другие тендеры и закупки Армения) Организатор тендера: The World Bank Номер конкурса: 71226382 Дата публикации: 11-03-2026 Источник тендера: Тендеры всемирного банка |
||
P508124
Armenia Water and Irrigation Services Enhancement Program - Phase 1 Project
Armenia
OP00431601
Request for Expression of Interest
Published
TA-01
Quality And Cost-Based Selection
English
Mar 26, 2026 15:30
Mar 10, 2026
Water Committee under the Ministry of Territorial Administration and Infrastructure
Martiros Nalbandyan
Vardanants str. 13a, Yerevan 0010, RA
Armenia
Armenia
+37493001662
https://www.scws.am/en
ANNOUNCEMENT
ON PREQUALIFICATION PROCEDURE
The current text of the announcement is confirmed by Decision N 1 dated 09 th of March 2026 of the request for quotation tender estimating committee and is published according to the Article 24 of the RA Law “On Procurement”.
The procedure code is ՋԿ-ԲՄԾՁԲ-26/1-ՏԱ ((WC-SPOT-26/1-TA)
I. THE DESCRIPTION OF THE PROCUREMENT OBJECT
The subject of this Request is to procure Technical Audit (hereinafter: the TA) services to assess the performance compliance of water supply and wastewater (wastewater treatment) services provided under the Lease Contract (hereinafter: the LC) signed with Veolia Djur CJSC (hereinafter the Lessee) on November 21, 2016. Based on the provisions of the RA Government Decree No. 205-A dated February 26, 2026, the Water Committee (WatCom) shall conduct an open tender with a prequalification stage.
The Company selected through the tender process shall provide TA consulting services to assess the Lessee"s performance compliance for the 2022–2031 period of the Lease Contract.
|
Number of lot |
Lot Name |
|
1 |
technical audit services |
The brief description of Term of Reference is provided as an Annex 5.
II. TERMS FOR PARTICIPATION IN PROCEDURE
2. According to the Article 7 of the RA Law “On Procurement”, any person or entity, irrespective of being a foreigner, a foreign entity or a stateless person, has the equal right to participate in the prequalification procedure.
The participant wishing to participate in prequalification procedure must satisfy the compliance with qualification criterion “Compliance of professional activities with activities provided for by the contract” as defined in Article 6, paragraph 3, point 1 of the RA Law “0n Procurement”. In this case, the works are considered similar. Activities corresponding to each lot. The Participant is considered to satisfy the qualification criteria envisaged by this subarticle if the requested information is submitted.
- Information regarding relevant activities properly executed during the year of application and the five (5) preceding years; including contracts and/or other supporting documentation, in accordance with Annex 2.
- Information regarding annual turnover for the last three (3) financial years, in accordance with Annex 3. The Company must have a minimum annual turnover of EUR 1,000,000 (one million Euros) or its equivalent in another currency.
- A Declaration confirming that the Applicant is not currently subject to bankruptcy, liquidation, or reorganization proceedings, and that no enforcement measures have been applied against it by tax or social security authorities.
- A description of the Professional Team, in accordance with the template provided in Annex 4.
If any of the evaluation criteria are found to be unsatisfactory, the participant"s proposal shall be assessed as unsatisfactory and shall be rejected.
A participant is considered to meet the qualification criteria set forth in this sub-clause if he/she has submitted the required information in the application:
4. Participants can participate in the prequalification procedure in joint operation activity (consortium).
In that case:
1) the prequalification bid also includes a contract of joint activity,
2) when evaluating the prequalification bid, the common qualification of all members of the joint activity contract, shall be taken into account (the qualification of each member of the contract of joint activity shall correspond with the qualification requirements set forth in this invitation by that member),
3) the participants shal bear joint and coherent liability,
4) the party (ies) of the joint activity contract cannot submit separate bid (s) to the same procedure,
5) if the consortium member leaves the consortium, the contract between the consortium and the client is concluded unilaterally and the consortium members shall be liable for the sanctions envisaged by the contract.
III. FORM OF GETTING CLARIFICATION AND MAKING CHANGE TO AN ANNOUNCEMENT
5. The participant has the right to request in writing a clarification of the prequalification statement at least five calendar days before the deadline for submitting the prequalification application. The participant who made the request shall be provided with the clarification in writing within two calendar days following the date of receipt of the request. In case of providing information about any participant, the customer must ensure the availability of this information for all potential participants.
The participant shall submit the request referred to in this clause by sending an email to the Secretary of the Committee.
The request clarification is sent from the email address of the Secretary of the Committee defined by this invitation to an e-mail address of the participant from which the inquiry is received:
6. The announcement on the content of the inquiry and clarification shall be published in the bulletin on the day the clarification is provided without indicating the data of the participant.
7. An explanation shall not be provided if the request has been made in breach of the time limit set out in this section, as well as if the request is beyond the scope of this announcement. In addition, the participant shall be notified in writing of the reasons of not being provided with the clarification within one calendar day following the day the request was received.
8. Changes to this announcement may be made at least two calendar days before the deadline for submission of bids. On the first working day following the date of making change, the secretary of the Commitee publishes the announcement of the change in the bulletin.
9. In case of changes in the prequalification announcement, the deadline for submitting prequalification bids shall be calculated from the date of publication of the announcement of modification in the bulletin.
IV. THE PROCEDURE FOR SUBMISSION OF PRE-QUALIFICATION BID
10. In order to participate in this procedure, the participant shall submit a bid to the committee.
11. The participant may submit the prequalification bid to the commission by:
1) electronic form by sending the secretary of the Committee to the e-mail stipulated by this announcement.
2) in paper form in a sealed, glued envelope. The following is mentioned on the envelope in the language of making prequalification bid.
a. The name of the client and the place (address) for the bid submission.
b. procedure code.
c. the words "Don’t open until the application opening".
d. name, location and telephone number of the participant.
12. Procedure bids must be submitted to the Commission no later than 16:00 on the 16 th day following the date of publication of this notice in the Bulletin (24.03.2026 16:00t.).
Prequalification applications in paper form must be submitted to the Commission before the deadline prescribed in this paragraph by the following address: Water Committee of RA MTAI, 13a, Vardanants street, Yerevan.
13. After receiving prequalification bids in paper form they are being recorded in the register by the secretary of the Commmittee.
The applications are registered by the secretary in the register, in the sequence of their receipt, by specifying the registration number, date and time in the registry. By the request of the participant, a reference shall be given. Bids submitted after the submission deadline are not being registered in the registry and are returned by the secretary within two working days.
14. The Participant shall submit the following with the prequalification bid:
1) a written application for participating in the prequalification procedure approved by him in accordance with Annex N 1,
2) an announcement confirming its compliance with the qualification criteria requirements set forth in this annoouncement, in accordance with Annex 2.
3) Financial Resources:
4) Human Resources:
- A description of the Professional Team, in accordance with the template provided in Annex 4.
5) a copy of the joint activity contract if the participants participate in this procedure in a joint activity (consortium).
15. If the Participant submits a prequalification bid:
1) In paper form, all documents included in the bid, besides the document provided for in subcause 3, clause 14 of this announcement, shall be presented in the original and three copies. The words "original" and "copy" are written on the package of documents. Instead of the original documents, copies of their notarized copies can be submitted.
2) in electronic form, scanned versions of original documents are submitted.
16. Prequalification bids, besides Armenian (Armenian is mandatory), can also be submitted in English or Russian.
17. The envelope and the documents drawn up by the participant provided by this announcement shall be signed by the person who submitted it or his/her authorized representative (hereinafter “the Agent”). If an agent submits a prequalification bid, the application shall be accompanied by a document on his/her competence. In case of expediency the participant can submit the required information in other ways other than those proposed by this announcement, maintaining required requirements.
V. OPENING, EVALUATION AND SUMMARIZING OF PREQUALIFICATION BID
18. Opening, evaluation and summarizing the results of prequalification bids are held at the opening session of prequalification bids on the 16th day following the day this announcement is published in the bulletin (on 24 th of March of 2026) at 16:00, in 13a, Vardanants street, Yerevan.
Bid evaluation is carried out within three business days after the deadline for submission of bids.
19. At the session on the opening and evaluation of applications for participation in the pre-qualification selection.
1) the secretary of the commission reports information about the entries in the register and gives the chairman of the commission the register of applications, other documents that are an integral part of it, registered and (or) applications submitted in electronic form.
2) After the transfer to the chairman (chairman of the session) of the documents specified in sub-point 1 of this paragraph, the commission evaluates.
а) correspondence of envelopes with applications in the established order and opens corresponding evaluated applications.
b) the presence of necessary (planned) documents in each opened envelope and compliance with their design, as well as submission of documents in electronic form to the requirements established by this Regulation.
20. Bids that meet the conditions set out in this announcement are considered satisfactory. Otherwise, prequalification applications will be assessed as inadequate and rejected.
In case of non-compliance with the requirements of this announcement, during the prequalification bid opening of the session the Committee shall delay the session for one working day and the secretary of the committee informs the participant on the same day electronically, proposing to correct the non-compliance before the end of the suspension of the session. In addition, as mentioned in this clause:
1) The recorded inconsistencies are described mandatory and detailed in recommendation.
2) The suggestion is sent to the participant’s e-mail indicated in the bid by the e-mail address of the secretary mentioned in this announcement.
21. If the participant corrects the recorded inconsistencies within the period specified in clause 20 of this announcement, his/her bid shall be assessed as inadequate and rejected. The Participant submits the corrected documents to the e-mail address specified in the bid by submitting to the e-mail address provided by this invitation.
22. A member of the Committee or a secretary cannot participate in the Committee"s activities if during the opening of the prequalification bid session it turns out that the organization having been founded by them or having their share (share) or their related relative or parent (parent, spouse, child, brother, sister, as well as the parent, child, brother or sister of the spouse) or an organization having been founded or owned by that person (share) has submitted a bid for participation in the given procedure. If condition provided by this clause exists, immediately after the opening of the prequalification bid, a committee member or secretary who has a conflict of interest with regard to this procedure shall recuse himself/herself from the procedure.
23. Minutes on the opening, evaluation and summary of the results are drawn up, and the list of prequalified participants is confirmed. The Secretary of the Committee on following working day of the end of the bid session does the following:
1) publishes the scanned versions of the original of the committee"s statements on the absence of a conflict of interest signed by him/her or the members of the opening of the bids in the bulletin.
2) notifies the bidders that have not been evaluated in accordance with the conditions set out in this announcement about the grounds for rejecting the prequalification bids.
24. Prequalified bidders are eligible to participate in the request for quotation bidding process for consulting services, which together with the protocol drawn up by the evaluating committee on summarizing the outcomes of the prequalification procedure, the invitation of 1st stage is also electronically provided.
25. Appealing this procedure is carried out in accordance with the procedure established by the RA Law "On Procurement" and the RA Civil Procedure Code.
In this case, each:
1) interested party has the right to appeal the actions (inaction) and decisions of the customer, the evaluation committee in accordance with the procedure established by the RA Civil Procedure Code.
2) any person has the right to appeal the requirements of this announcement in accordance with the procedure established by the RA Civil Procedure Code, before the expiration of the deadline for submitting applications.
The rates of state duty charged for appeal are established by the RA Law "On State Duty".
You can contact the secretary of the committee Anna Sargsyan for more information on this announcement.
Telephone: (+374) 540229,
Email: anna.sargsyan@scws.am
Client: Water Committee of RA MTAI
Annex N 1
Prequalification Announcement for the Open Tender
under Code ՋԿ-ԲՄԾՁԲ-26/1-ՏԱ (WC-SPOT-26/1-TA)
Application
For participating in pre-qualification procedure
[Name of Participant] hereby expresses its interest in participating in the prequalification procedure for the open tender organized by the Water Committee of the RA MTAI, under the procurement code ՋԿ- ԲՄԾՁԲ -26/1-ՏԱ (WC-SPOT-26/1-TA), and hereby submits its application in accordance with the requirements of the prequalification announcement.
[Name of Participant] further declares that its credentials comply with the eligibility requirements and the established qualification criteria set forth in the prequalification announcement for ՋԿ- ԲՄԾՁԲ -26/1-ՏԱ (WC-SPOT-26/1-TA).
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
________________________________________________________________
Name of the Applicant/Representative (Position of the Head, First Name, Last Name)
_________________
Signature, Seal
___________________
Date
*The Participant shall submit a copy of the Joint Venture (Consortium) Agreement if the participants are applying for this procedure as a Joint Venture (Consortium)
Annex N 2
Prequalification Announcement for the Open Tender
under Code ՋԿ- ԲՄԾՁԲ -26/1-ՏԱ (WC-SPOT-26/1-TA)
ANNOUNCEMENT
On compliance with qualification criterion “Compliance of professional activities with
activities provided for by the contract”
[Name of Participant] hereby declares and certifies that during the year of Proposal submission and the the five (5) preceding years, it has provided the following services:
[Name of Participant] hereby declares and certifies that during the year of Application and the five (5) preceding years, it has performed the following service delivery assignments.
|
Properly executed contracts for the year and the 5 years preceding the bid submission for prequalification (information on work activities) |
||||||||
|
N |
Name of Client and contact details |
Brief Description of Works /subject/ |
Start and End Dates |
Contract Value / Currency |
Number of Experts Involved from the Company |
|||
|
Year............ |
||||||||
|
1 |
||||||||
|
2 |
||||||||
|
... |
||||||||
|
Year............ |
||||||||
|
1 |
||||||||
|
2 |
||||||||
|
... |
||||||||
|
Year............ |
||||||||
|
1 |
||||||||
|
2 |
||||||||
|
... |
||||||||
|
Year............ |
||||||||
|
1 |
||||||||
|
2 |
||||||||
|
... |
||||||||
|
Year............ |
||||||||
|
1 |
||||||||
|
2 |
||||||||
|
․․․․․ |
||||||||
Name of the Applicant/Representative (Position of the Head, First Name, Last Name)
_________________
Signature, Seal
___________________
Date
Annex 3
Prequalification Announcement for the Open Tender
under Code ՋԿ- ԲՄԾՁԲ -26/1-ՏԱ (WC-SPOT-26/1-TA)
Information on Annual Turnover
[Name of Participant] hereby declares and certifies that its annual turnover for the three (3) years preceding the year of application is as follows, by year:"
[Name of Participant] further declares and certifies that the Applicant is not currently subject to bankruptcy, liquidation, or reorganization proceedings, and that no enforcement measures have been applied against it by tax or social security authorities.
|
N |
Year |
Currency |
Amount of Turnover |
|
1 |
2025 |
||
|
2 |
2024 |
||
|
3 |
2023 |
||
________________________________________________________________
Name of the Applicant/Representative (Position of the Head, First Name, Last Name)
_________________
Signature, Seal
___________________
Date
Annex 4
Prequalification Announcement for the Open Tender
under Code ՋԿ- ԲՄԾՁԲ -26/1-ՏԱ (WC-SPOT-26/1-TA)
Information on Professional Staff
[Name of Participant] hereby declares and certifies that it shall include the following specialists in its team:
|
N |
Position |
Name, Surname |
Qualification/Sector |
Years of Experience |
|
1 |
||||
|
2 |
||||
|
3 |
||||
|
4 |
||||
|
5 |
||||
|
6 |
||||
________________________________________________________________
Name of the Applicant/Representative (Position of the Head, First Name, Last Name)
_________________
Signature, Seal
___________________
Date
Annex 5 The brief description of Term of Reference
DESCRIPTION OF PROCURED SERVICES
The Water Committee of the Ministry of Territorial Administration and Infrastructure of the Republic of Armenia, located at 13a Vardanants Street, Yerevan, announces a prequalification procedure for the purpose of conducting an open tender for the procurement of technical audit services.
Within the framework of the "Lease Contract for Water Systems and Other Property Used and Maintained by Yerevan Djur, Armwatersewerage, Lori-watersewerage, Shirak-watersewerage and Nor Akunq Closed Joint-Stock Companies," signed on November 21, 2016 between the State Committee of Water Economy of the Ministry of Energy Infrastructures and Natural Resources of the Republic of Armenia and Veolia Djur Closed Joint-Stock Company, the Water Committee of the Ministry of Territorial Administration and Infrastructure of the Republic of Armenia organizes an open tender and announces a prequalification procedure for the procurement of independent technical audit services of Veolia Djur Closed Joint-Stock Company for the period 2022-2031.
Terms of Reference
Brief Description of the Services to be Procured
|
Procurement of Independent Technical Audit Services for the Veolia Djur CJSC’s Lease Contract (covering the 2022-2031 period) for water systems and other property used and maintained by "Yerevan Djur", "Armwatersewerage", "Lori-watersewerage", "Shirak-watersewerage", and "Nor Akunq" CJSC companies. |
|
|
Project Implementing Agency The Water Committee of the RA Ministry of Territorial Administration and Infrastructure (MTAI) is the legal successor of the State Committee of Water Economy under the RA Government, established by the RA Government Decree No. 92 dated February 9, 2001. The Water Committee ensures the development and implementation of state policy in the water sector. The powers of the Water Committee are defined by Article 12 of the RA Water Code. The Water Committee, among its other functions, is responsible for optimizing the management of water systems and enhancing the efficiency of sectoral reforms. 1. Objective of the Assignment Following a tender, under the Lease Contract (LC) signed on November 21, 2016, the right to use water systems and other property used and maintained by "Yerevan Djur", "Armwatersewerage", "Lori-watersewerage", "Shirak-watersewerage", and "Nor Akunq" CJSC companies was transferred for a 15-year lease to "Veolia Djur" CJSC, founded by "Compagnie Générale des Eaux". During the 15 contractual years (2017-2031), Veolia Djur CJSC shall provide water supply and wastewater (wastewater treatment) services in the service area defined by the LC and the terms of License ԼՋ №0001 issued by the RA Public Services Regulatory Commission. Pursuant to the provisions of Clause 6.7.1 of the LC, the Lessor shall engage an Independent Technical Auditor - a reputable and internationally recognized firm - to provide services consisting of the annual audit of the Lessee’s performance and achievements regarding technical, operational, maintenance, and management aspects. A more detailed Scope of Services for the Auditor is provided in Section 2 of this Invitation The LC established Key Performance Indicators (KPIs) and Internal Comparative Indicators (ICIs) for assessing the Lessee"s performance. These indicators include continuity of water supply, compliance of water quality with applicable standards, reduction of non-revenue water, customer satisfaction, efficient operation and improvement of property, etc. To ensure a comprehensive verification and realistic assessment of the Key Performance Indicators (KPIs), the Auditor shall conduct independent audits and, where necessary, request and analyze additional performance-related data and documentation from the Lessee. To achieve the indicators defined in the LC, the Water Committee shall continue to facilitate investments funded by International Financing Institutions and co-financed by the RA Government, as well as the works to be implemented by the Lessee under the Mandatory Capital Works Program (MCWP), as stipulated in the Lease Contract. The Company/Consortium winning this tender procedure shall be offered, in accordance with the established procedure, to sign a Contract for the provision of Technical Auditor Services (hereinafter: the "Contract") for 2022-2031 period (until the expiration of the LC term). These services are rendered within the framework of the Lease Contract signed with Veolia Djur for water systems and other property used and maintained by "Yerevan Djur", "Armwatersewerage", "Lori-watersewerage", "Shirak-watersewerage", and "Nor Akunq" CJSC companies". The Contract shall cover the services necessary to monitor and assess the proper fulfillment of the contractual obligations undertaken by the Lessee during the specified period, and in accordance with the procedures established under the LC. The Company/Consortium winning this procedure shall maintain daily engagement with the Lessor and the Lessee throughout the aforementioned period. 2․ Services Required To conduct the technical performance audit of the Lessee providing water supply and wastewater services, the WatCom shall procure qualified consulting audit services on a competitive basis. As a party to the Contract, the Company/Consortium (hereinafter: the Auditor) shall assume obligations and responsibility for conducting the performance audit of the Lessee"s services for 2022-2031 under the LC. For each Contractual Year of the LC, the Auditor shall calculate and certify the improvement values of the Key Performance Indicators (KPIs) for the assessment of the Lessee’s performance, measured against the defined baseline indicators To assess the Lessee’s performance, the KPIs defined in the Lease Contract (LC) shall be compared against the base year indicators (the base year being the period from January 1 to December 31, 2017) in accordance with the procedures stipulated in the LC. The Lease Contract also defines the calculation of annual penalties to be computed by the Auditor via the LC mechanisms in the event that the Lessee fails to provide the proper service levels. The Preceding Auditor calculated and certified the performance improvement values for the 2017–2021 period. However, due to the absence of a Technical Auditor, there are no certified performance assessments for the 2022–2025 period. Consequently, it is technically unfeasible to continue the sequential calculation of KPIs for 2026 and subsequent years. Therefore, the Successor Auditor selected through this tender shall, based on the data provided by the Preceding Auditor and the methodology defined in the Lease Contract, proceed to calculate and certify the KPI values for 2026 and all subsequent years until the expiration of the Lease Contract. The main objectives of the Technical Audit services are: To conduct a retrospective technical audit, including:
To conduct ongoing technical audit and performance analysis, including:
Review and certify the results of the Final Asset Condition Survey prepared by the Lessee during the asset hand-over process upon the expiration of the LC. The materials necessary for this tender (Lease Contract and License ԼՋ №0001) will be available for applicants at the following link: https://www.scws.am : https://www.scws.am/am/reports/contracts |
|
|
3․1․ Applicant Qualification Requirements
3․2․1 International Staff
3․2․2 Local Staff
*If necessary, the Consultant shall be ready to supplement its team with additional specialists at its own expense and as required, coordinating the candidacy with the Water Committee. The replacement of specialists during the contractual stage shall also be carried out in coordination with the Client. |
|
|
Terms of service provision, including the deadline |
|
|
start |
end |
|
From the date of entry into force of the Contract |
2032* *For technical audit services for 2022-2025 - until 15.12.2026. **(For the technical audit of each contractual year during the period 2026-2031, an additional agreement shall be concluded between the Water Committee and the Auditor.) |