Country : Republic of Kazakhstan
Project Name : Transport Resilience and Connectivity Enhancement Project (TRACE)
Project ID No. : P500565
Project Implementing Agency : Joint Stock Company “National Company “KazAvtoZhol”
Contract Title : Rehabilitation and Maintenance of Road A17:
Lot 1: Road Section from km 783 to km 905 (122 km)
Lot 2: Road Section from km 683 to km 783 (100 km)
Lot 3: Road Section from km 583 to km 683 (100 km)
Lot 4: Road Section from km 448 to km 583 (135 km)
(RFB No. OPBRC-A17-4LOTS-2025-WB)
Reference No.:
:
OPBRC/01-04
Project Financing and Scope: The Government of the Republic of Kazakhstan has applied for financing support from the International Bank for Reconstruction and Development (IBRD) for 42.5% of the total project cost, with co-financing of an additional 42.5% from the Asian Infrastructure Investment Bank (AIIB), and approximately 15% from the Government of Kazakhstan. The total project financing amounts to approximately US$1.5 billion. These funds will be used to implement the Transport Resilience and Connectivity Enhancement Project (TRACE). A portion of the proceeds will be applied toward payments under the contracts for the Rehabilitation and Maintenance of Road A17, which is divided into the four (4) Lots (Contracts) referenced above.
Contract Duration:
The total contract period is 124 months, comprising:
a) 40 months for Rehabilitation Works (including 12 months for detailed design), and
b) 84 months for Operation and Maintenance services.
Lot-Based Bidding Options: Bidders may submit bids for one or multiple Lots, as further defined in the bidding documents. Discounts that are conditional upon the award of more than one Lot/Contract will not be considered during bid evaluation or contract award. Only the discounts specified in the Letter of Bid – Financial Part will be considered, and only for the respective Lot/Contract. Cross-discounts contingent on the award of multiple Lots will not be evaluated.
Bidding Process: The bidding will be conducted through International Competitive Bidding (ICB) procedures, as specified in the World Bank Procurement Regulations for IPF Borrowers: Procurement of Goods, Works, Non-Consulting and Consulting Services, Sixth Edition, February 2025 (“Procurement Regulations”). The bidding process will follow a Rated Criteria approach for bid evaluation; therefore, price will not be the sole factor in determining the most advantageous bid. Further, the Contracting approach will follow the Standard Procurement Document (SPD ) for Output and Performance-Based Road Contracts (OPBRC).
Bid Security Requirements: All bids must be accompanied by a Bid Security. The amount of the Bid Security shall be USD 1,000,000 (One Million United States Dollars), or its equivalent in a freely convertible currency, or in Kazakhstani Tenge (KZT), for each individual Lot.
Draft Qualification Requirements: The following are the draft qualification requirements, which may be subject to change based on feedback. Additionally, there may be further technical experience requirements, which will be specified in the Request for Bids (RFB).
Package Average Annual Turnover (USD) Liquid Assets / Credit Line / Cash (USD) Specific Experience – Past Similar Contracts (USD)
CW1 73,000,000 16,000,000 110,0200,000
CW2 60,000,000 13,000,000 90,000,000
CW3 60,000,000 13,000,000 90.,000,000
CW4 80,000,000 24,000,000 120,000,000
Draft Rated Criteria: A draft of the Rated Criteria is provided below and may be revised based on feedback.
Criteria Description Proposed Range
1. Method Statement for Preparation of Detailed Design with proposals on sustainability aspects 10-20
1.1 - review of the concept design 5-10
1.2 - organization proposed for the detailed design
5-10
1. Specialized Subcontractors 5-10
2.1 - Specialized subcontractors employed for the design, familiar with the local legislation, standards and norms
3. Understanding of OPBRC / EPC / DBFOT 10-20
3.1
3.2
3.3 Understanding of :
- the performance requirements,
- the payment mechanism
- the maintenance obligations
5-10
5-10
5-10
4. Tentative Program of Performance 10-20
4.1 - Early completion of Construction and Rehabilitation works
10-20
5. Contractor’s Selected Key Staff 5-10
5.1 - CV of the Project Manager
- CV of the Design Manager 3-5
2-5
6 Experience in the country and in-country equipment availability 15-25
6.1 - Experience in the country with harsh winter environment 10-15
6.2 - Equipment in the ownership of the Bidder and available locally
10-15
7 Local Firms and Local Resources Involved in the Contract 20-30
7.1 Percentage of works carried out by suitable skilled JV member from the project country 20-30
Tentative Timelines: The Procurement Notice is expected in the first week of June 2025 and the contracts are expected to be signed by the end of October 2025.
Employer’s Contact Details:
JSC “NC “KazAvtoZhol”
Attention: Mr. Serik Imashev, Chief Engineer
Street address: 60/4, Syganak str.
Floor/Room number: 6th floor
City: Astana
ZIP code: 010000
Country: Republic of Kazakhstan
Telephone: +7 (717) 2 648 778
E-mail: qajchief.engineer@gmail.com
Web-site: www. https://ru.qaj.kz/
For more detailed information, stay tuned to the website of the “KazAvtoZhol” and The World Bank”.


