1. The Republic of Tajikistan has received financing from the Asian Development Bank (ADB) toward the cost of Improving the Science, Technology, Engineering, and Mathematics Secondary Education Project. Part of this financing will be used for payments under the Contracts named above. Bidding is open to Bidders from eligible source countries of ADB.
2. 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.
3. The Ministry of Education and Science of the Republic of Tajikistan (“the Employer”) invites sealed bids from eligible Bidders for the construction and completion of the following contracts (“the Works”):
|
Scope of Works |
Contract period |
|
Lot 1 – CW05/1 Construction of STEM/Classroom block and WASH (Water, Sanitation and Hygiene) facility within educational institution no. 10 in Shirinchashma Village, Yovon District, Khatlon Region |
Construction: 540 calendar days Defects Liability Period: 365 calendar days |
|
Lot 2 – CW05/2 Construction of STEM/classroom block and WASH facility within educational institution no. 5 in Nurek city, Khatlon Region |
Construction: 540 calendar days Defects Liability Period: 365 calendar days |
|
Lot 3 – CW05/3 Construction of STEM/classroom block and WASH facility within educational institution no. 45 in Badriddin Hiloli Village, A.Jomi District, Khatlon Region |
Construction: 540 calendar days Defects Liability Period: 365 calendar days |
4. Open competitive bidding (international advertisement) will be conducted in accordance with ADB’s Single-Stage: One-Envelope procedure and is open to all Bidders from eligible countries as described in the Bidding Document.
5. Only eligible Bidders with the following key qualifications defined in the Bidding Document may participate in this bidding:
|
Lot No. |
Average Annual Construction Turnover |
Financial Resources |
Contracts of Similar Size and Nature |
|
Lot 1 |
Minimum average annual construction turnover of US$2,454,000 (Two Million Four Hundred Fifty-four Thousand), calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. |
Availability of financial resources of not less than US$ 273,000 (Two Hundred Seventy-three Thousand) |
Participation as a contractor, Joint Venture partner, or Subcontractor, in at least two (2) contracts that have been satisfactorily and substantially completed within the last five (5) years and that are similar to the proposed works, where the value of the Bidder’s participation under each contract exceeds US$982,000 (Nine Hundred Eighty-two Thousand) |
|
Lot 2 |
Minimum average annual construction turnover of US$2,408,000 (Two Million Four Hundred Eight Thousand), calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. |
Availability of financial resources of not less than US$267,000 (Two Hundred Sixty-seven Thousand) |
Participation as a contractor, Joint Venture partner, or Subcontractor, in at least two (2) contracts that have been satisfactorily and substantially completed within the last five (5) years and that are similar to the proposed works, where the value of the Bidder’s participation under each contract exceeds US$963,000 (Nine Hundred Sixty-three Thousand) |
|
Lot 3 |
Minimum average annual construction turnover of US$2,542,000 (Two Million Five Hundred Forty-two Thousand), calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. |
Availability of financial resources of not less than US$ 282,000 (Two Hundred Eighty-two Thousand). |
Participation as a contractor, Joint Venture partner, or Subcontractor, in at least two (2) contracts that have been satisfactorily and substantially completed within the last five (5) years and that are similar to the proposed works, where the value of the Bidder’s participation under each contract exceeds US$1,017,000 (One Million Seventeen Thousand). |
The qualification criteria are more completely described in the Bidding Documents.
6. To obtain further information and inspect the bidding documents, Bidders should contact (during working days from Monday to Friday from 8:00 AM to 5:00 PM, excluding weekends and holidays):
Project Administration Group (PAG)
Attention: PAG Manager, Mr. Bobokhon Abdulmajid
Street address: 101 Karamov str.
Floor/Room number: 2nd floor, room No.1
City: Dushanbe
Country: Tajikistan
Telephone: (+992) 44 600 4809
E-mail address: istem.taj@gmail.com
7. To purchase the bidding documents in English, eligible Bidders should
• write to address above requesting the bidding documents for CW05 package – Construction of school facilities in educational school no. 10 Yovon; school no. 5 Nurek; and school no. 45 A.Jomi (3 lots)
• pay a nonrefundable fee of US Dollars One Hundred (USD 100.00) in TJS equivalent.
The method of payment will be by bank transfer to the following bank account:
Account No.: 20202972200020103596
TIN: 040067243
Account Name: Project Administration Group for Improving the Science, Technology, Engineering, and Mathematics Secondary Education Project of the Ministry of Education and Science of the Republic of Tajikistan (TENDER)
Name of Bank: OJSC Bank Eskhata
Account in Correspondent Bank: 20402972457071
BIC: 350501707
8. Deliver your bid
• to the following address:
The State Committee on Investments and State Property Management of the Republic of Tajikistan (Goscominvest)
Street address: 40 Rudaki Ave.
Floor/Room number: Second floor, Investments Tender unit room
City: Dushanbe
Postal code: 734025
Country: Republic of Tajikistan
• on or before the deadline: 30 April 2026, 3:00 PM (Dushanbe time)
• together with a Bid Security as described in the Bidding Document
Bids will be opened promptly after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.