|
Date:
|
17 April 2026
|
|
Project No.
|
59329-001
|
|
Project Title:
|
Azerbaijan Railways Electrification, Signaling
and Telecommunication Project (Bilajari-Yalama)
|
|
Contract No. and
Title:
|
ARESTP-BY-CW-01
– Design and Build of Electrification, Signaling and
Telecommunication Works of Railway Section Bilajari-Yalama
|
|
Deadline for
Submission of Bids:
|
29 May 2026, 15:00 hours (Baku local time)
|
1.
The
Government of Azerbaijan has applied for financing from the Asian
Development Bank (ADB) toward the cost of Azerbaijan Railways Electrification,
Signaling and Telecommunication Project (Bilajari-Yalama). Part of this
financing will be used for payments under the Contract named above. Bidding is
open to Bidders from eligible source countries of ADB.
2.
The
Azerbaijan Railways Closed Joint Stock
Company (ADY) (“the Employer”) invites sealed bids from eligible Bidders
for the design, construction and completion of Electrification, Signaling and Telecommunication Works of
Railway Section Bilajari-Yalama (“the Works”).
The
Project forms part of a wider programme to modernize 25 kV AC electrification
and signaling and telecommunications systems along the railway sections
Bilajari–Yalama and Baku–Boyuk Kesik, which are key elements of Azerbaijan’s
north–south and east–west rail corridors serving ADY’s international freight
operations.
This first project under the programme covers the
Bilajari–Yalama section, a key link within the International North–South
Transport Corridor (INSTC) supporting regional freight transit. The section
comprises approximately 192 km of double track and 15 stations. The estimated
period for the design and construction works is 42 months, inclusive of the
design period.
The
Bilajari (excluding Bilajari Station)–Yalama section is a double-track, 1,520
mm gauge conventional railway line carrying passenger and freight traffic. The
track and associated civil works have recently been rehabilitated. The corridor
is currently equipped with electrification, signaling, and telecommunications
systems; however, these systems are obsolete and require replacement with
modern systems meeting international standards. The project aims to enhance
safety, increase operational speed and efficiency, and improve the reliability
and availability of railway services along this route.
3.
Open
competitive bidding – International Advertisement will be conducted in accordance with
ADB’s Single Stage:Two Envelope procedure and is open to all
Bidders from eligible countries as described in the Bidding Document.
4.
Only
eligible Bidders with the following key qualifications defined in the Bidding
Document may participate in this bidding:
a) Financial Situation:
The net worth and financial
resources for the Bidder’s organization or Joint Venture shall meet the
following criteria:
Ø Submission of audited
financial statements or, if not required by the law of the Bidder’s country,
other financial statements acceptable to the Employer, for the last 5 years
to demonstrate the current soundness of the Bidder’s financial position. As a
minimum, Bidder’s net worth for the last year, calculated as the difference
between total assets and total liabilities, should be positive.
Ø For Single Entities - The
Bidder must demonstrate that its financial resources, less its financial
obligations for its major contract commitments, meet or exceed the total
requirement for the Subject Contract of US$ 25 million.
Ø For Joint Ventures – (1) One
partner must demonstrate that its financial resources, less its financial
obligations for its own major contract commitments, meet or exceed its required
share of US$ 10 million from the total requirement for the Subject
Contract; (2) Each partner must demonstrate that its financial resources, less
its financial obligations for its own current contract commitments, meet or
exceed its required share of US$ 6 million from the total requirement
for the Subject Contract; (3) The Joint Venture must demonstrate that the
combined financial resources of all partners, less all the partners’ total
financial obligations for the major contract commitments, meet or exceed the
total requirement for the Subject Contract of US $25 million.
b)
Average
annual construction turnover:
Minimum average annual construction turnover of US$ 130 million
calculated as total certified payments received for contracts in progress or
completed within the last five years. In case of Joint Venture, the lead
member must meet at least 40% of the requirement, while each partner must meet
at least 25% of the requirement.
c)
Similar Size Contract Experience: Participation as a contractor, Joint
Venture partner, or Subcontractor, in one contract of US$ 150 million that has
been satisfactorily completed between
1st January 2021 and bid submission deadline.
d) Similar Nature Contract
Experience:
Participation as
a contractor, Joint Venture partner, or Subcontractor, in the following
technical requirements, within the last 5 years:
Ø
Supply and installation of overhead catenary systems on a
minimum of 50 route-km of main line railway.
Ø
Supply and installation of signaling systems on a minimum
of 50 route-km of main line railway.
Ø Supply and
installation of telecommunication systems at a minimum of 5 main line railway
stations.
e) Construction
Experience in Specialized Key Activities: For the above or other
contracts completed between
1st January 2021 and bid submission deadline
a minimum construction experience is required in the following key activities,
which may be compiled with by the Bidder itself or by its proposed Specialist
Subcontractor(s).
Ø The design of
railway electrification systems.
Ø The design of
railway signaling systems.
Ø The design of
railway telecommunication systems.
f)
For the complete evaluation and qualification requirements, Bidders
shall refer to the Bidding Document. If there are any discrepancies between
this Invitation for Bid and the Bidding Document, the Bidding Document shall
prevail.
g)
Domestic Preference will not be applied.
5.
The
bids will be evaluated following the Merit Point Criteria. A combined score
will be calculated using a 30:70 technical and financial weighting.
6.
A
Pre-Bid meeting shall take place.
Date: 08 May 2026
Time: 15:00 hours Baku local time
Place: Remote (MS Teams meeting link will be provided two
days before the meeting to the bidders who purchased the Bidding Documents)
7.
To
obtain further information and inspect the Bidding Documents, Bidders should
contact the following address between 10:00 – 17:00 (Baku local time).
PIU Procurement Team
Street address: 230 Dilara
Aliyeva str.
Floor/Room number: Floor 1,
room 163
City: Baku
ZIP code: AZ1010
Country: Azerbaijan
Telephone: +994 12 499 44 95;
+994 12 499 43 56
E-mail:
[email protected]
8.
To
purchase the Bidding Documents in English, interested eligible Bidders should:
Ø submit written application
(on the official letterhead of the company and signed by the authorized person)
to the address above requesting the Bidding Documents for “ARESTP-BY-CW-01, Design and Build of Electrification,
Signaling and Telecommunication Works of Railway Section Bilajari-Yalama”.
Ø pay a non-refundable fee of US $ 200 or AZN 340.00 by bank transfer. The Bank details are
following:
USD
Account details:
|
Customer
name
|
AZARBAYCAN
DAMIR YOLLARI QSC
|
|
Customer account number
|
38150018409345061205
|
|
Customer
IBAN
|
AZ47IBAZ38150018409345061205
|
|
Customer
TIN
|
9900007721
|
|
Customer
number
|
9345061
|
|
Bank
name
|
ABB,
NARIMANOV FILIALI
|
|
Bank
TIN
|
9900001881
|
|
Bank
BIC
|
IBAZAZ2X
|
|
Correspondent Banks for
foreign transfers:
|
|
Correspondent account
Correspondent bank
BIC code
|
04-164-504
Deutsche
Bank Trust Company Americas NY
BKTRUS33
|
|
Correspondent account
Correspondent bank
BIC code
|
001-1-230521
JP
Morgan Chase Bank, New York
CHASUS33
|
|
Correspondent account
Correspondent bank
BIC code
|
36083186
Citibank
NA, New York
CITIUS33
|
AZN
Account details:
|
Customer
name
|
AZARBAYCAN
DAMIR YOLLARI QSC
|
|
Customer account number
|
38050019449345061205
|
|
Customer
IBAN
|
AZ57IBAZ38050019449345061205
|
|
Customer
TIN
|
9900007721
|
|
Customer
number
|
9345061
|
|
Bank
name
|
ABB,
NARIMANOV FILIALI
|
|
Bank
code
|
805711
|
|
Bank correspondent account
|
AZ03NABZ01350100000000002944
|
|
Bank
TIN
|
9900001881
|
|
Bank
BIC
|
IBAZAZ2X
|
Ø Upon payment of the
non-refundable fee, the Employer will send the soft version of the bidding
document to the bidder in non-editable file format (PDF). A hard copy of the
bidding document may be collected from the address stated in this notice by the
bidder's authorized representative or, if requested, sent to the bidder by a
courier organized by the bidder. The Employer will not be responsible for any
loss or damage to the bidding document.
9. Deliver your bid:
•
to
the address: Floor 4, room 458, 230 Dilara Aliyeva str., Baku,
Azerbaijan, AZ1010, Azerbaijan Railways Headquarters
•
on
or before the deadline: 29 May 2026, 15:00 hours (Baku local time)
•
together
with a Bid Security as described in the Bidding Document
10. Bids will be opened promptly after
the deadline for bid submission in the presence of Bidders’ representatives who
choose to attend. Late bids will be rejected.