Information for 2019–2024 is available at this link   arxiv.uzbekistonmet.uz
Tenders
Request for Bids Plant Design, Supply and Installation (Two-envelope Bidding Process, Without Prequalification)
  • 14.10.2025
  • 53

Employer:

JSC National Electric Grid of Uzbekistan

Project:

Central Asia Regional Electricity Market Interconnectivity and Trade (REMIT) Project

Contract title:

Lot 1: Design, Supply and Installation of 220 kV Transmission Lines;

Lot 2: Design, Supply and Installation related to Extension works at existing Substations.

Country:

Republic of Uzbekistan

Credit No.:

TBD

RFB No:

RFB/REMIT/2025

Lot 1: RFB/REMIT/2025-01;

Lot 2: RFB/REMIT/2025-02.

Issued on:

October 14, 2025

1. The Republic of Uzbekistan has applied for financing from the World Bank toward the cost of the Central Asia Regional Electricity Market Interconnectivity and Trade (REMIT) Project, and intends to apply part of the proceeds toward payments under the Contract for Design, Supply and Installation of 220 kV Transmission Lines (Lot 1) and Design, Supply and Installation related to Extension works at existing Substations (Lot 2).

2.  he JSC National Electric Grid of Uzbekistan (NEGU) now invites sealed Bids from eligible Bidders for Construction of 220 kV Transmission Lines (Lot 1) and Extension works at existing Substations (Lot 2).

The Bidders’ qualification requirements are mentioned in Section-III of this document which include the below. In case of any discrepancy between the clauses refer here and as in Section-III, the later shall prevail.

General Experience:

§  Experience in power sector in the field of construction of 220 kV or higher voltage substations under contracts in the role of contractor, subcontractor, or management contractor for at least the last eight (8) years starting 1st January 2016.

Specific Experience:

§  A minimum number of 2 (two) contracts within the last Five (5) years, each with a value of at least X (refer below) that have been successfully and substantially completed and that are similar to the proposed Plant and Installation Services.

§  The similarity of the contracts shall be based on the following: Y (refer below).

Lot 1: X = 20,000,000 USD (twenty million USD), Y = a) Based on Section VII, Employer’s Requirements, 220 kV or above transmission lines with a length of at least 135 km. (b) For the above or other contracts executed during the period stipulated in a above, a minimum experience in the following key activities:

Design, Supply, Installation, and Commissioning of 220 kV or higher voltage level transmission line including detailed Line Route Survey, sub-soil investigation, tower plotting, construction of foundations, erection of towers, stringing of conductors, testing and commissioning of transmission line. 

The Overhead Transmission Lines shall be in successful operation for at least one year on the date of bid opening. For the contracts in a above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2020 and Application submission deadline, experience in managing ES risks and impacts in the following aspects:

(i) Health and Safety on project and working areas (Community Health and Safety)

(ii) ESHS training of contractor’s & sub-contractors’ staff, including induction training, health screening, training in correct use of PPE, Project ESHS risks and hazards.

Lot 2: X = 10,000,000 USD (ten million USD), Y = a) Based on Section VII, Employer’s Requirements, 220 kV substations or above with at least 4 bays with SF6 circuit-breakers, disconnectors, instrument transformers, protection relays according to IEC61850, telecommunication, etc. b) For the above or other contracts executed during the period stipulated in a above, a minimum experience in the following key activities:

Design, Supply, Installation, and Commissioning of 220 kV or higher voltage Substations incl. switchgear and protection system, construction of equipment and gantry foundations, installation of 220 kV switchgear, gantries, high-voltage busbar and connectors, low-voltage and control cables, fiber optic cables, protection relays, communication systems, etc. For the contracts in a above and/or any other contracts [substantially completed and under implementation] as prime contractor, joint venture member, or Subcontractor between 1st January 2020 and Application submission deadline, experience in managing ES risks and impacts in the following aspects: 

(i) Health and Safety on project and working areas which are energized with high voltage

(ii) ESHS training of contractor’s & sub-contractors’ staff, including induction training, health screening, training in correct use of PPE, Project ESHS risks and hazards, especially working in existing substations which are in operation.

 

Financial Capabilities[1]:

§  Minimum average annual turnover: Sound financial position and prospective long-term profitability (for any three years (during the last five years 2020-2024) supported by audited financial statements for those years Minimum average annual turnover of X, calculated as total certified payments received for contracts in progress and/or completed within the best three years (out of last five years 2020-2024), divided by three.

Lot 1: X = 24,000,000 USD (twenty-four million USD);

Lot 2: X = 12,000,000 USD (twelve million USD).

§  Cash-flow: The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirements estimated as X for the subject contract(s) net of the Bidder’s other commitments.

Lot 1: X = 6,000,000 USD (six million USD);

Lot 2: X = 4,000,000 USD (four million USD).

§  The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments

The audited balance sheets or, if not required by the laws of the Bidder’s Country, other financial statements acceptable to the Employer, for the last five years 2020-2024 shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.

 

[1] For bidders applying for both lots, they must meet the cumulative financial criteria for average annual turnover and cash flow for both lots in order to be qualified. If a bidder meets these financial criteria for only one lot, their bid for the other lot will not be considered

3. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Seventh Edition, September 2025 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from JSC National Electric Grid of Uzbekistan, Ismoiljon Abduganiev – Project Implementation Unit Manager (piu.remit@gmail.com) and inspect the Bidding document during office hours 09:00 to 17:00 hours at the address given below.

5. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): [50%] and for Bid cost: [50%].

6. The bidding document in English may be obtained by interested bidders on the submission of an application for bidding documents by sending a request to the email address: piu.remit@gmail.com. Interested bidders shall pay a non-refundable fee of USD 300 to obtain the bidding document. Payment details will be provided upon receipt of the application.

7. Bids must be delivered to the address below on or before December 12, 2025 at 11:00 Tashkent time. Electronic bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked “ORIGINAL BID”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on December 12, 2025 at 11:00 Tashkent time. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in the safe custody of the Employer until the second public Bid opening.

8. All Bids must be accompanied by a Bid Security of X (refer below). Lot 1: X = USD 200,000 Lot 2: X = USD 120,000 Bid Security for each lot has to be submitted separately for each lot.

9. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.

10. The address referred to above is:

JSC National Electric Grid of Uzbekistan

Osiyo street 42, Yunusabod district, Tashkent 100084, Uzbekistan.

 

[1] For bidders applying for both lots, they must meet the cumulative financial criteria for average annual turnover and cash flow for both lots in order to be qualified. If a bidder meets these financial criteria for only one lot, their bid for the other lot will not be considered

 

Floor 4, Room 401.

Phone: +99871 236 66 28.  e-mail: piu.remit@gmail.com

 

Information service of JSC «NEG of Uzbekistan» 

t.me/uzmetaxborotxizmati