Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Вьетнама


Southern Waterway Corridors and Logistics Development Project (Вьетнам - Тендер #71555325)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Вьетнам (другие тендеры и закупки Вьетнам)
Организатор тендера: The World Bank
Номер конкурса: 71555325
Дата публикации: 27-03-2026
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P169954

  • Project Title

Southern Waterway Corridors and Logistics Development Project

  • Country

Viet Nam

  • Notice No

OP00434280

  • Notice Type

Request for Expression of Interest

  • Notice Status

Published

  • Borrower Bid Reference

CS-2

  • Procurement Method

Quality And Cost-Based Selection

  • Language of Notice

English

  • Submission Deadline Date/Time

Apr 14, 2026 17:00

  • Published Date

Mar 25, 2026

  • CONTACT INFORMATION
  • Organization/Department

Project Management Unit of Maritime and Waterways

  • Name

Do Quang Minh

  • Address

308E Minh Khai Street, Tuong Mai Ward, Hanoi Capital, Vietnam

  • City
  • Province/State

Viet Nam

  • Postal Code
  • Country

Viet Nam

  • Phone

84 914373848

  • Email

minh1276@gmail.com

  • Website
Details

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES)

THE SOCIALIST REPUBLIC OF VIET NAM

SOUTHERN WATERWAY CORRIDORS AND LOGISTICS DEVELOPMENT PROJECT - SWCLD

Credit No: IDA-75770

CONSULTING SERVICES: CONSTRUCTION SUPERVISION CONSULTANT

(Contract No.: CS-2)

Reference No. (as per the Procurement Plan for Advance Procurement approved by Project Management Unit of Maritime and Waterway in Decision No.51/QĐ-BHHĐT on March 12, 2026 and WB on January 28th, 2026): QCBS package CS-2

The Ministry of Construction of Vietnam has received financing from the World Bank toward the cost of the Southern Waterway Corridors and Logistics Development Project - SWCLD, and intends to apply part of the proceeds for consulting services.

1. Consultancy services introduction: Consulting services (“the Services”) include to Provide construction supervision and contract management services as the Engineer’s Representative to ensure completion of project to agreed specifications/ quality, and within time/ budget/ resources; Supervision and Monitoring to ensure compliance with all the World Bank and National environmental, such other relevant Environmental and Social framework (ESF) documents (ESIA/ESMP/DEMP, ESCP, SEP, LMP, RP etc.) and related management plans for all construction works required on purpose for improvement of the navigation standard and capacity of the East - West waterway transport corridor linking the port of Can Tho with HCMC. The project will also upgrade the North - South corridor linking the key manufacturing centers of Dong Nai/Binh Duong to Ho Chi Minh city (HCMC) and the Cai Mep - Thi Vai (CMTV) - main deep seaport of Vietnam.

2. The project objectives and scope of work: The project includes:

Component 1: The East–West Waterways Logistics Corridor

This component will finance the upgrading of sections of a key east–west inland waterways corridor, a total length of about 197 km, that connects the Can Tho port and the HCMC port. The sections will be upgraded to navigation Class II including:

(a) the dredging of the waterways at Mang Thit, Cho Lach, Rach La, Tra On and Rach Ky Hon rivers, considering changing climate and water levels; (b) the construction of embankments at Mang Thit, Cho Lach, and Rach La that adapt to climate-induced erosion risks; (c) the reconstruction of the Cho Lach 2 bridge for higher and wider vessel clearances and more resilient to rising water levels; (d) sharp river bend corrections at Mang Thit, Cho Lach, and Rach La; (e) the construction of roads to connect with existing roads at Mang Thit and Cho Lach; ;the reconstruction of drainage sewers at Mang Thit, Cho Lach, and Rach La; and (g) the installation of navigation aids including at Tra On, Mang Thit, Cho Lach, and Nuoc Man-Can Giuoc Rivers for safety.

Component 2: The North–South Waterways Logistics Corridor

This component will finance the improvement of waterway sections of an important North–South Corridor, a total length of about 82 km, that connects the Dong Nai port, the HCMC port, and the CMTV deep-sea port. The sections are Special Class waterways and will be improved for smoother navigation and safety including: (a) the bend correction at Tac Cua river; (b) the installation of navigation aids including at Dong Tranh and Tac Cua rivers.

3. The Terms of Reference (TOR) for the assignment: The Consultant will carry out construction supervision/contract management services all field and office work in accordance with the highest standards of the engineering profession and the applicable standards of the Government of Vietnam, MOC and the WB of the selected national waterways corridors and related works (dredging, bridges and access roads, bank protection work, navigation aids, etc.). Specific tasks under (i) construction supervision/contract management and; (ii) supervision services on the contractors’ performance and compliance with regard to environmental and social, health and safety requirements which are provided in the Environmental and Social Framework (ESF) documents applied under the project, bidding documents and Contractor ESMPs (C-ESMPs) are described in details in this TOR as attached to this request for expressions of interest. The TOR of the Services can be downloaded at the following address:

https://drive.google.com/file/d/1HFWrnFJMP7y8VGN7pTXU_Z4seYnLIVpG/view?usp=sharing

It is estimated that the contract period will be 36 months plus a Defect Liability Period of 12 months (in which Defects Liability Period is 24 months for the Cho Lach 2 bridge) from the contract signing to complete all required tasks related to completing for all construction works as well as described in the TOR.

4. The Project Management Unit of Maritime and Waterway (PMU-MW) (“Client”) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

5. The shortlisting criteria are:

A short-listed Consultant shall meet the following minimum qualification requirements:

  • Relevant experience: The consultant should have been in business for at least 5 years of relevant experience in the field of construction supervision of major marine and waterways projects (canals, river & embankment, bridges, port works, etc.).
  • Experiences of similar contract implementation:
  • The consultant has completed construction supervision in the last 5 years (from 2021 to 2026), including:
  • At least 01 construction supervision contract for embankment with height of ≥5m; and
  • At least 01 construction supervision contract for waterway/marine dredging with bottom width of canal ≥40m, depth of canal ≥3.5m; and
  • At least 01 construction supervision contract for steel-enforced concrete bridges with with longest span >100m; and
  • At least 01 contract for Environmental monitoring and supervision for transport infrastructure construction projects.
  • At least 01 contract for Social, Health and Safety supervision (including HIV/AIDS) for transport infrastructure construction projects.

Note: The Consultant should provide sufficient information to the Client for verification of the claimed experience in the similar contracts listed above.

  • Key personnel mobilization capability: The consultant must demonstrate the ability to mobilize at least key personnel with international and national experience as follows:
  • Team Leader (Senior Civil Engineer): 01 person (IE)
  • Deputy Team Leader (Senior Waterway-Port Engineer): 01 person (NE)
  • Waterway Supervision Engineer: 01 person (NE)
  • Bridge Supervision Engineer: 01 person (NE)
  • Labor Safety Engineer: 01 person (NE)
  • Environmental Specialist: 01 person (NE)
  • BIM manager: 01 person (NE)

Note: IE stands for international experience, NE stands for national experience

The Consultant should provide sufficient evidences for these 5 criteria (e.g. Business Registration/License; Practicing Certificate; Evidences of related contracts; Joint Venture Agreement; any other related documents.) for Client’s possible verification.

Key Experts qualifications will not be evaluated at the shortlisting stage.

The shortlist will contain 5 to 8 eligible firms.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, revised September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information of paragraphs 3.17 on conflict of interest related to this assignment:

Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interests of the Borrower. Without limitation on the generality of the foregoing, Consultants shall not be hired under the circumstances set forth below:

  • a firm that has been engaged by the Borrower to provide Goods, Works, or Non-consulting Services for a project (or an affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm), shall be disqualified from providing Consulting Services resulting from, or directly related to, those Goods, Works, or Non-consulting Services. This provision does not apply to the various firms (Consultants, contractors, or suppliers), which together are performing the contractor"s obligations under a turnkey or design and build contract;
  • a firm that has been engaged by the Borrower to provide Consulting Services for the preparation or implementation of a project (or an affiliate that directly or indirectly controls, is controlled by, or is under common control with that Consulting firm), shall be disqualified from subsequently providing Goods, Works, or Non-consulting Services resulting from, or directly related to those Consulting Services. This provision does not apply to the various firms (Consultants, contractors, or suppliers), which together are performing the contractor"s obligations under a turnkey or design and build contract;
  • neither a Consultant (including personnel and sub-consultants), nor an affiliate (that directly or indirectly controls, is controlled by, or is under common control with that Consultant), shall be hired for any assignment that, by its nature, creates a conflict of interest with another assignment of the Consultant;
  • Consultants (including their experts and other personnel, and sub-consultants), that have a close business or family relationship with a professional staff of the Borrower, or of the project implementing agency, or of a recipient of a part of the Bank"s financing, or any other party representing or acting on behalf of the Borrower, that is directly or indirectly involved in any part of:
  • the preparation of the TOR for the assignment;
  • the selection process for the contract; or
  • the supervision of the contract; may not be awarded a contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Bank throughout the selection process and the execution of the contract.

Consultants may associate with other firms to enhance their qualifications, and should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

Further information can be obtained at the addresses below during office hours 08.00 AM to 05.00 PM (except Saturday and Sunday, local time).

Expressions of interest must be delivered in a written form to the address below by April 14, 2026.

Project Management Unit of Maritime and Waterway (PMU-MW)

Attn: Mr. Do Quang Minh, Director

Address 1: PMU-MW Headquarter: 308E Minh Khai Street, Tuong Mai ward, Hanoi City, Viet Nam

Address 2: PMU-MW Southern branch: No. 1041/80 Tran Xuan Soan Street, Tan Hung Ward, Ho Chi Minh City, Viet Nam

Tel: +84 (024) 3974.7633

E-mail: ban.qldahhdt@gmail.com


Источник закупки

Перейти

Импорт - Экспорт по стране Вьетнам

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru