Madagascar-Beira Corridor Development and Trade Facilitation Project Phase 2 (PACFC-II) RN9 Mandabe โ Dabara
This tender is closed
The submission deadline for this tender has passed. It is no longer accepting bids.
Description
AIIB Request for Expressions of Interest: Madagascar-Beira Corridor Development and Trade Facilitation Project Phase 2 (PACFC-II) RN9 Mandabe โ Dabara. Member: Madagascar. Sector: Transport. Published: July 17, 2025.
Request for Expressions of Interest (REOI) Selection of Firms for Consulting Services Country: Republic of Madagascar Client: Road Agency under the Ministry of Public Works Project: Madagascar-Beira Corridor Development and Trade Facilitation Project Phase 2 (PACFC-II): RN9 Mandabe โ Dabara Assignment title: Consulting Services to Review, Enhance, and Complete the Feasibility Studies (FS) and Detailed Engineering Design (DED) for the RN9 Mandabe-Dabara Road and Associated Infrastructure under the PACFC-II Project REOI Reference No: REOI-06/AR/PACFC/AIIB Grant No.: S0882A Grant Project ID: S000672 Project ID: P000882 Date issued: 17/07/2025 1. The Government of the Republic of Madagascar has received a Grant from the Asian Infrastructure Investment Bank (AIIB) under the Project Preparation Special Fund (PPSF) to support the preparation of the Madagascar-Beira Corridor Development and Trade Facilitation Project Phase 2 (PACFC-II): RN9 Mandabe โ Dabara (โthe Projectโ). The Project aims to develop, rehabilitate, and upgrade approximately 93 km of National Road 9 (RN9) to improve regional and international connectivity and support inclusive economic development in southern Madagascar. Part of the Grant proceeds will be used to procure consulting services. The consulting services (โthe Servicesโ) concern the review, enhancement, and completion of the technical, economic, environmental, and social studies for the rehabilitation and development works on the RN9 between Mandabe and Dabara (PK 363+000 โ PK 460+000). The studies were conducted in 2023 by the CIRA SAS / ASA TARATRA design office consortium and in 2016 by the 4SL. The consulting services also include the development of technical, economic, environmental, and social studies for the rehabilitation and enhancement of associate infrastructures within the designated project impact area. The scope includes, for the corridor road, (i) reviewing, enhancing, and updating of feasibility study (FS) and preliminary designs (PD), (ii) reviewing, enhancing, and updating the detailed engineering designs (DEDs), (iii) reviewing, enhancing, and updating the environmental and social studies including the environmental and Social Impact Assessment (ESIA) and Resettlement Plan (RP), and, for the associated infrastructure, (iv) conducting the FS and PD, (v) conducting the DEDs, (vi) conducting the ESIA and RP, (vii) preparing a localized agriculture enhancement program, (viii) preparing tender documents, and (ix) preparing other project documents. The consulting contract will be lump sum based. The implementation of the assignment, including the submission of all deliverables, will be within a period of 35 weeks, following the signature of the contract, which is planned for Q4 2025. For this assignment, the estimated time input of experts is 48 person-months. The assignment will be conducted in two consecutive phases: a. Phase I โ Review, enhance, update, and complete the FS, including PD and environmental and social assessment, and b. Phase II โ Review, enhance, update, and complete the DEDs and Tender Documentation to begin after approval of a selected investment scenario in Phase I and authorization from the Road Agency and the AIIB. The Ministry of Public Works, through the Road Agency, invites eligible consulting firms (โConsultantsโ) to express their interest in providing these Services.
Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform this assignment. The shortlisting criteria for Consultant or Joint Venture (in the case of a Joint Venture) are summarized below: Supporting Minimum requirements to be Item Criteria documents to be shortlisted provided Core business in transport infrastructure engineering, including in the road sector, and a minimum of 10 Cover letter with Provide information on the core years in business. In the case of a Joint general information on 1 business of the Consultant and Venture (JV), at least one member must the firm(s) (maximum years in business have at least a minimum of 10 years of of 3 pages) experience in transport infrastructure engineering, including in the road sector. The Consultant or one member of the Provide the average annual revenue Audited Financial JV, in the case of a JV, must have had an 2 of the past 5 years Statement annual revenue on average over the past 5 years of at least $USD 2,500,000. Demonstrate experience in the Relevant information The Consultant or the JV (in the case of a preparation of FS for road demonstrating relevant JV) must have successfully completed 3 construction, and/or rehabilitation, experience (template at least 5 similar assignments in the last and/or upgrading form #1) 10 years. Demonstra
About This Opportunity
This is a services contract in the transport and logistics sector. Located in Madagascar, Asia, this opportunity is open to firms and consortiums.
Published through AIIB - Asian Infrastructure Investment Bank, a multilateral development bank that follows standardized international procurement guidelines. Projects funded by multilateral institutions are generally open to international bidders from eligible member countries for services in the transport and logistics sector. Service contracts are typically evaluated on both technical quality and price, and may require bidders to demonstrate relevant experience and qualified personnel.