Papua New Guinea Resilient Transport Project (Папуа - Новая Гвинея - Тендер #66847227) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Папуа - Новая Гвинея (другие тендеры и закупки Папуа - Новая Гвинея) Организатор тендера: The World Bank Номер конкурса: 66847227 Дата публикации: 10-09-2025 Источник тендера: Тендеры всемирного банка |
||
P166991
Papua New Guinea Resilient Transport Project
Papua New Guinea
OP00377210
Invitation for Bids
Published
PG-DOW-481320-CW-RFB-NPC2025-09
Request for Bids
English
Nov 03, 2025 11:00
Sep 08, 2025
Department of Works
Mathew Windi
PO Box 1108 Boroko, NCD PAPUA NEW GUINEA
Papua New Guinea
Papua New Guinea
+675 7122 5263
Specific Procurement Notice
Request for Bids
Output and Performance-Based Road Contracts
(Two-Envelope Bidding Process, Rated Criteria, Without Prequalification)
Employer: Department of Works and Highways
Project: Papua New Guinea Resilient Transport Project
Contract title: Output and Performance Based Maintenance on Ramu Highway (OPBC) from Tapo Ford to Madang Airport Roundabout Junction – 29 Km
Country: Papua New Guinea
Loan No. /Credit No.: 9379-PG / 7091-PG
RFB Reference: PG-DOW-481320-CW-RFB
NPC Reference: NPC2025-09
Issued on : September 8, 2025
1. The Independent State of Papua New Guinea has received financing from the World Bank toward the cost of the Papua New Guinea Resilient Transport Project and intends to apply part of the proceeds toward payments for the above-mentioned Output and Performance based Maintenance contract for Ramu Highway. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.
2. The Department of Works and Highways now invites sealed Bids from eligible Bidders for the Output and Performance Based Maintenance on Ramu Highway (OPBC) from Tapo Ford to Madang Airport Roundabout Junction – 29 Km consisting of Performance based Routine and Periodic Maintenance, sections for Rehabilitation and Improvements, Emergency Repairs. The Contract duration is 40 months.
3. Bidding will be conducted through open national competitive procurement using Request for Bids (RFB), using two-envelope system with rated criteria, without prequalification as specified in the World Bank’s “ProcurementRegulations for IPF Borrowers” Sixth Edition, February 2025 “Procurement Regulations”, and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60% Technical and for Bid cost: 40%.
5. Interested eligible Bidders may obtain further information from and inspect the bidding document during office hoursat the address given below.
6. 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 PNG Kina 2,000. The method of payment and other details are presented in the table below. The document will be sent by email.
|
Deadline for Submission |
Insert date |
|
Tender Document Fee |
A non-refundable fee of PGK 2,000.00 tender document made payable directly to the National Procurement Commission Trust Account Details as provided here: Account Name: National Procurement Commission Bid Refund Trust Account Account Number: 7018100276 Bank Name: Bank South Pacific (BSP) Branch: Port Moresby (Down Town) BSB Code: 088-294 SWIFT Code: BOSPPGPM Or Through Eftpos machine available at the National Procurement Commission Reception, Twin Tower 1, Ground Floor. |
|
Bid Securing Decleration |
Yes |
|
Bid Validity Period |
180 days |
|
Document Availability |
Insert Date here |
7. Bids must be delivered to the address below on or before November 3, 2025; 11 AM 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 November 3, 2025 at 12 PM local time.All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody by the National Procurement Commission until the second public Bid opening.
8. All Bids must be accompanied by a “Bid-Securing Declaration,”
9. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
10. The address (es) referred to above is (are):
Mr. Joe Sapa
Chief Executive Officer
National Procurement Commission
P.O Box 6457, BOROKO, National Capital District.
Twin Tower 1, Level 2, located along Sir John Guise Drive way
Phone: (+675) 303 8800 Fax: (+675) 311 3778
Email: geoffreykinibo@gmail.com ; gverave@npc.gov.pg ; hane.hekwa@npc.gov.pg
Cc: douglaswura851@gmail.com