PROJECT IMPLEMENTATION UNIT “LANDSLIDE RISK MANAGEMENT IN THE KYRGYZ REPUBLIC”
Loan/Grant No. and Title: 4085-KGZ: Landslide Risk Management Sector Project
Contract No. and Title: Design and Implementation of a Landslide Monitoring System
Deadline for Submission of Bids: 19.09.2025
The Kyrgyz Republic has received financing from the Asian Development Bank (ADB) toward the cost of the Landslide Risk Management Sector Project. 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.
The Ministry of Emergency Situations (“the Employer”) invites sealed bids from eligible Bidders for the construction and completion of “Design and implementation of a landslide monitoring system” (“the Facilities”).
Open competitive bidding will be conducted in accordance with ADB’s Single Stage Two Envelops procedure and is open to all Bidders from eligible countries as described in the Bidding Document.
Only eligible Bidders with the following key qualifications defined in the Bidding Document may participate in this bidding:
Historical Financial Performance |
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 3 (three) years to demonstrate the current soundness of the Bidder’s financial position. As a minimum, the Bidder’s net worth for the last year, calculated as the difference between total assets and total liabilities, should be positive. |
Average Annual Construction Turnover |
Minimum average annual turnover of $ 3,300,000.00 (three million three hundred thousand) calculated as total certified payments received for contracts in progress or completed, within the last 3 (three) years. |
Financial Resources |
The Bidder must demonstrate that its financial resources defined in FIN-3, less its financial obligations for its current contract commitments defined in FIN-4, meet or exceed the total requirement for the Subject Contract of $ 300,000.00 (three hundred thousand) |
Contracts of Similar Size and Nature |
Participation as a contractor, Joint Venture partner, or subcontractor, in at least two contracts that has been satisfactorily and substantially completed within the last 5 (five) years and that is similar to the proposed contract, where the value of the Bidder’s participation exceeds $ 1,800,000.00 (one million eight hundred thousand) The similarity of the Bidder’s participation shall be based on: physical size, nature of works, complexity, methods and technology. |
Construction Experience in Key Activities |
At least 2 (two) contracts for installation and commissioning of Landslide Monitoring Systems (experience installing geotechnical monitoring systems for landslide-prone areas, including integration of remote sensing and ground-based monitoring technologies) |
Specific Experience in Managing Environmental, Health, and Safety Aspects |
For the contracts in 2.4.1 and 2.4.2 above and/or any other contracts substantially completed and under implementation as prime contractor, Joint Venture partner, or Subcontractor between 1st January 2022 and Bid submission deadline, experience in managing ES risks and impacts in the following aspects: - Implementation of Environmental and Social Management Plans (ESMPs) in line with international standards - Health and Safety (OHS) Risk Management - Social Impact Management and Stakeholder Engagement |
Environmental, Health, and Safety Certification |
Availability of a valid ISO certification or internationally recognized equivalent (equivalency to be demonstrated by the Bidder), and applicable to the worksite. |
Environmental, Health, and Safety Documentation |
Availability of in-house policies and procedures for EHS management: For example: 1. Existence of an Ethics Charter. 2. Existence of a system for monitoring compliance with EHS commitments for the Bidder’s Subcontractors and all its partners. 3. Existence of official company procedures for the management of the following: - Occupational Health and Safety; - Socially Responsible Work Implementation; - Ethical business principles |
Environmental, Health, and Safety Dedicated Personnel |
Availability of in-house personnel dedicated to EHS issues: 1. Environmental and Social Specialist 2. Health and Safety Manager |
To obtain further information and inspect the Bidding Documents, Bidders should contact:
Attention: Mr. Aibek Kozibaev - PIU Director
Street address: Manas ave.,101/1
Floor/Room number: 1st floor, Left wing of the premises of the Ministry of Emergency Situations of the Kyrgyz Republic
City: Bishkek
ZIP code: 720033
Country: Kyrgyz Republic
Telephone: +996 700 007 025
E-mail: piu.output2@gmail.com
To obtain the Bidding Documents in English, eligible Bidders should: notify the Employer of their intention to obtain the Bidding Documents by emailing the PIU Director named above. Such notification shall be written under the Bidder’s official letterhead and signed by the Bidder’s authorized representative,e indicating the name and address of the Bidder, contact number, fax number, and email address to receive the digital copies of the Bidding Document, further clarifications, and Addenda that may be issued during the bidding process.
Deliver your bid:
Street address: Manas ave,101/1
Floor/Room number: 1st floor, Left wing of the premises of the Ministry of Emergency Situations of the Kyrgyz Republic
City: Bishkek
ZIP code: 720033
Country: Kyrgyz Republic
Bids will be opened promptly after the deadline for bid submission in the presence of Bidders’ representatives who wish to attend.