Rodrigues Airport Project New Runway Construction Bid Invitation
Request for Bids Works (Two-envelope Bidding Process, Without Prequalification) Employer: Airports of Mauritius Co. Ltd Project: Rodrigues Airport Project, New Runway and Associated Facilities (Component 1) Contract title: Rodrigues Airport Project-New Runway and Associated Facilities (Component 1) Country: Republic of…
Source ID: WB-OP00418434
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
Request for Bids Works (Two-envelope Bidding Process, Without Prequalification) Employer: Airports of Mauritius Co. Ltd Project: Rodrigues Airport Project, New Runway and Associated Facilities (Component 1) Contract title: Rodrigues Airport Project-New Runway and Associated Facilities (Component 1) Country: Republic of Mauritius Loan No. /Credit No. / Grant No.: 9591-MU RFB No: Rodrigues Airport Project (P180266) - MU-AML-448745-CW-RFB Issued on: 8th January, 2026
- The Ministry of Finance has received financing from the World Bank and a grant from the European Union toward the cost of the Construction of a New Runway and Other facilities for Plaine Corail Airport, Rodrigues and intends to apply part of the proceeds toward payments under the contract for Construction of a New Runway and Other facilities for Plaine Corail Airport, Rodrigues. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.
- The Airports of Mauritius Co. Ltd now invites sealed Bids from eligible Bidders for the following Works as detailed below: -
- Construction of a new 2100m long 45m wide runway in Marshall Aspalt, including shoulders and Turn Pads for A321 Neo type aircraft or similar
- Construction of 15m wide new Code C taxiways with shoulders to link existing runway to the new runway
- Rehabilitation and strengthening of part of pavement of existing runway to be used as a taxiway for A321 Neo type aircraft or similar
- Widening of the existing TWY leading to the existing apron
- Construction of three new aircraft parking stands for A321 Neo type aircraft or similar
- including the two connecting taxiways
- Construction of an isolated apron including the connecting taxiway
- Provision of stormwater drains alongside new runway and taxiways
- Provision of AGL (RWY edge, THR, Simple Approach, TWY etc.) and Control Systems for the new runway
- Provision of surface markings and illuminated signages to the runways, taxiways and apron
- Provision of floodlighting and ground power units for apron
- Provision of Navaids for the new Runway, i.e., Provision of NDB, navigation equipment, PAPI and possible relocation of VSAT
- Construction of a new control tower comprising of all ancillary facilities such as building and visual control room, mechanical and electrical installation works, access road and car park, complete CNS equipment facilities to operate the control tower
- Construction of a new Rescue and Fire Fighting Station with all associated amenities
- Construction of a new boat house and sea rescue facilities, meteorological station, incinerator, quarantine and power centres, with all associated amenities
- Construction of a new parking for the Terminal as well as anew perimeter road, service road, fencing, security control posts and access roads
- Provision of a new services network (i.e. electrical, water, sewer and telecommunication) with associated wastewater treatment plant to cater for the new control tower and Rescue and Fire Fighting Station and all other associated buildings
- Bidding will be conducted through international competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers- Procurement in Investment Projects Financing” Procurement Regulations Sixth Edition, February 2025 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
- 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): [70%] and for the Bid cost: [30%].
- Interested eligible Bidders may obtain further information from The Chairman of the PIU Tender Committee and inspect the Bidding document during office hours at the address given below:
Chairman, PIU Tender Committee Airports of Mauritius Co. Ltd (AML) ARL Office, Plaine Corail Airport Plaine Corail Rodrigues E-mail: rrp.procurement@aml.aero
- The Bidding document in English will freely be available on the websites of the World Bank and Airports of Mauritius Co Ltd https://aml.mru.aero/index.php/business/procurement/tender-notices. Bidders are required to check this link, during the Bidding Period up to the Deadline for submission of Bids, for any Clarifications and Amendments that will be posted in this website. AML has no liability in the event that the prospective Bidder does not consult the updates for Clarifications and or Amendments and incorporate them in its Bid.
- As per the bidding document, the Bidder shall demonstrate the following main Eligibility and Qualification criteria inter alia;
- Financial Capabilities : 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 construction cash flow requirements estimated as US $ Twelve (12) Million for the subject contract(s) net of the Bidder’s other commitments.
- Average Annual Construction Turnover: Minimum average annual construction turnover of US $ Ninety-five (95) million calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years, divided by five (5) years.
- Specific Construction &Contract Management Experience: A minimum number of similar contracts been satisfactorily and substantially completed as a prime contractor, joint venture member management contractor or subcontractor since 1st January 2015 to 31st December 2024: Two (2) contracts, each of minimum value of One Hundred and Thirty-Two (132) million US $ or One (1) contract of a minimum value of Two Hundred and Seventy (270) million US $
- Bids must be delivered to the address below at the end of this RFB on 8th April, 2026 at or before, 13.00hrs , Mauritius 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 at AML Corporate Office, 13.00 hrs , Mauritius time, 8th April, 2026. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening.
- All Bids must be accompanied by a: (i) Bid Security of MUR 75 million; (ii) Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration; and (iii) Local Labour Method Statement.
- 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.
- The address (es) referred to above is (are):
Chairman, PIU Tender Committee AML Corporate Office Sir Seewoosagur Ramgoolam International Airport Plaine Magnien, 51520 MAURITIUS Telephone: (230) 603 6000 E-mail: rrp.procurement@aml.aero Agency: Airports of Mauritius Ltd Procurement method: Request for Bids Notice type: Invitation for Bids Status: Published Value: 166038245.0 USD
Buyer & contacts
Tags & Signals
Similar tenders
Government Procurement Tender Announcement from Panama
A public procurement tender has been announced by a government department in Panama. The tender is currently active and open for participation. The purchasing unit responsible for this procurement process is the Department of Purchases.
Specialized Professional Services for Internal Control Office Audits and Financial Reporting
The National Pedagogical University requires specialized professional services to support its Internal Control Office. The services include conducting audits, monitoring activities, and preparing legal accounting and financial reports to fulfill the office's mission. These activities will help implement the office's action plan and ensure compliance with institutional requirements.
Legal Support Professional Services Contract for Medellín Mobility Secretariat
The ITM University Institution will provide independent contractor services for legal support professional management. This work supports the implementation of Interadministrative Contract No. 4600090182 of 2021 between the Municipality of Medellín's Mobility Secretariat and ITM. The contractor operates independently without employment relationship, assuming their own risk.
Keep reading for free. Pay only when you need workspace actions.
This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.