International Tender for Inspection, Evaluation, and Rehabilitation of Halfaya Bridge – Khartoum State
Republic of the Sudan
Ministry of Infrastructure and Transport
National Authority for Roads and Bridges
INTERNATIONAL PUBLIC TENDER ANNOUNCEMENT
Inspection, Evaluation, Design of Repair/Remedy Works and Rehabilitation of Halfaya Bridge
The Director General of the National Authority for Roads and Bridges, and Chairman of the Ministerial Technical Committee pursuant to Resolution No. (6) of 2025, hereby invites qualified contractors with proven experience in bridge maintenance and rehabilitation to submit their bids for the inspection, evaluation, design of repair/remedy works, and rehabilitation of the existing Halfaya Bridge in Khartoum State, in accordance with the following terms and conditions:
BASIC REQUIREMENTS FOR BIDDING:
1. The bid shall be accompanied by a bid security equivalent to 2% of the bid value, valid throughout the bid validity period and extendable in case of extension. For the successful bidder, the guarantee shall be increased to 10% of the contract value in the name of the Director General, National Authority for Roads and Bridges. The guarantee shall be returned to unsuccessful bidders.
2. Company registration certificate from the Commercial Registrar, along with company profile.
3. Tax Identification Number (TIN).
4. Certificate from the Engineering Contractors Regulatory Council.
5. Valid Tax Clearance Certificate for tender purposes.
6. Valid Zakat Clearance Certificate for tender purposes.
7. Value Added Tax Registration Certificate (VAT).
8. Legal stamp affixed on the tender documents.
9. Evidence of relevant experience in similar projects.
10. List of personnel assigned to the project, including CVs of key technical staff.
11. Detailed work program indicating the execution timeline of the project.
12. List of equipment allocated for the project, including proof of ownership or leasing.
13. Submission of a site visit certificate is mandatory for participation.
14. The National Authority for Roads and Bridges specifications shall be the governing standards for the project.
15. Financial solvency certificate issued by an accredited bank.
16. Completion of all forms, tables, and schedules attached to the tender documents is mandatory.
17. Companies must submit a request to obtain tender documents. In case of joint ventures or partnerships, the request must be in the name of the partnership.
18. All submitted documents must be complete, signed, and officially stamped by the bidder.
19. The bidder is fully responsible for the accuracy and authenticity of all submitted information.
20. Bidders shall not withdraw or modify their bids after submission during the validity period.
NOTES:
– Requirements in clauses (4, 5, 6, 7, and 8) do not apply to foreign companies.
– Foreign companies may purchase tender documents provided their documents are certified by relevant authorities and authenticated by the Sudanese Embassy.
TENDER DOCUMENTS COLLECTION:
Tender documents and Terms of Reference shall be obtained from the Headquarters of the National Authority for Roads and Bridges, Khartoum State, Karrari Locality, Al-Rawda District, East of Zilal Al-Rahman Mosque, starting from Tuesday, 28 April 2026, against a non-refundable fee of SDG 2,000,000 (Two Million Sudanese Pounds), payable in cash or certified cheque in the name of the Director General, for each tender set.
CONTACT PERSON:
Eng. Ahmed Abd Elrahman
Tel: +249912937246 / +249127402125
Email: rbdc.roads@outlook.com
SUBMISSION OF BIDS:
– Bids must be submitted in sealed envelopes with red wax clearly marked with the tender title.
– Technical and financial proposals must be submitted in separate sealed envelopes.
– Deadline for submission: Sunday, 14 June 2026 at 12:00 Noon (Khartoum Local Time).
– Bid opening will take place on the same day at 12:45 PM in the presence of bidders’ representatives at the National Authority headquarters, Karrari Locality, Al-Rawda District.
– Representatives must present a copy of the bid security upon entry to the bid opening session.
GENERAL CONDITION:
The Director General of the National Authority for Roads and Bridges is not bound to accept the lowest or any bid.


