Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web...

52
Global Project News: July’ 2017 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: July’ 2017 Vol. 100 Focus Market by Satpreet Kaur PROJECT EXPORTS PROMOTION COUNCIL OF INDIA (Set up by Ministry of Commerce & Industry, Government of India) 1112 Arunachal Building, 19 Barakhamba Road, New Delhi Tel.:+91-11-41563287, 41514673, 41514284 E-mail: [email protected] ; [email protected] Web-site: www.projectexports.com 0

Transcript of Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web...

Page 1: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: July’ 2017

Vol. 100

Focus Market

by

Satpreet Kaur

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

(Set up by Ministry of Commerce & Industry, Government of India)

1112 Arunachal Building, 19 Barakhamba Road, New DelhiTel.:+91-11-41563287, 41514673, 41514284

E-mail: [email protected]; [email protected]: www.projectexports.com

0

Page 2: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

1.0 INDEXTenders

Project Country Dead Line Page no.

Water/ Irrigation

Flood and Riverbank Erosion Risk Management Investment Program - Project 1

Bangladesh 07 August 2017 3

Kathmandu Valley Wastewater Management Project Nepal 31 August 2017 4

Water Supply and Sanitation Project, Rautahat, Nepal Nepal 10 August 2017 7

Reconstruction of the Atyrau-border of the Russian Federation (Astrakhan) Road Project

Kazakhstan 05 September 2017

9

Kostanay Water Kazakhstan 22 August 2017 11

Social Infrastructure

Improvement of 4 nos. road totaling 3.81 km with 5 nos. box culvert at Pirojpur Pourashava, Bangladesh

Bangladesh 08 August 2017 13

Second Greater Mekong Subregion (GMS) Corridor Towns Development Project, Vietnam

Vietnam 31 July2017 14

South Asia Subregional Economic Cooperation Road Connectivity Project (SASEC), Bhutan

Bhutan 02 August 2017 16

Energy

New Modi -Lekhnath 132 kV Transmission Line Project, Nepal Nepal 16 August 2017 18

Town Electrification Investment Program – Tranche 2, Papua New Guinea

Papua New Guinea

08 September2017

20

Renewable Energy Sector Project, Cook Island Cook Island 14 September 2017

23

Improvement of Electricity Supply in Arka Area of Batken Region Project: Design And Construction of 110 Kv Transmission Line  

Kyrgyzstan 05 September 2017

25

Supply

Bangladesh Power System Enhancement and Efficiency Improvement Project

Bangladesh 23 August 2017 27

Dhaka Environmentally Sustainable Water Supply Project: Procurement of Regular Valves (gate valves & non-return

Bangladesh 18 August 2017 30

1

Page 3: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

valves)

Improvement of Electricity Supply in Arka Area of Batken Region Project: Supply Equipment for 110/35/10 КV «RAZZAKOVA»S/S and 110/35/6 КV «ARKA»S/S

Kyrgyzstan 05 September 2017

32

Greater Colombo Water & Wastewater Management Improvement Investment Program - Tranche 2

Sri Lanka 16 August 2017 33

Northwest Region Power Transmission Line Project: Procurement of Goods for Transmission Line Equipment (Package 2)

Tashkent 06 September 2017

36

Power Transmission Investment Program, Tranche 3 Vietnam 23 August 2017 39

News Items

ADB grants $220m loan to improve road connectivity in India 41Mideast infrastructure spend set to top $280 billion by 2018 41Philippines' planning agency approves two railway projects 42

2

Page 4: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Tenders

Flood and Riverbank Erosion Risk Management Investment Program - Project 1

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Flood and Riverbank Erosion Risk Management Investment Program (FRERMIP) - Project 1. Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB as described in the Bidding Documents.

2. The Bangladesh Water Development Board ("the Employer") invites online bids from eligible Bidders for the Construction of new embankment along the right bank of Jamuna River from km 0.00 to km 5.00 = 5.00 km (Koijuri to Bhatpara) and construction of 2 Nos. regulator 2-vent each (1.50mx1.80m) at Koijuri & Rohindakandi in Upazilla- Shahjadpur, District- Sirajganj under Construction Division, FRERMIP, BWDB, Koitola, Bera, Pabna during the year 2016-2017 ("the Works”).

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s Procurement Guidelines through electronic Government Procurement (e-GP) system and is open to all Bidders from eligible countries as described in the Bidding Documents.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

(i) Specific Similar Experience: at least one (1) contract within the last five (5) years where the value of the Bidder’s participation exceeds BDT 175 million.

(ii) Average Annual Construction Turnover: minimum BDT 300 million over the last 5 years.

(iii) Liquid Assets or Working Capital: minimum BDT 50 million More details of eligibility and qualification requirements are mentioned in the bidding documents.

5. This is an online bidding where only e-Tender (e-bid) will be accepted in the Bangladesh National e-GP System Portal and no offline/hard copies will be accepted. To obtain further information and to submit e-Tender for this package bearing e-tender ID no. mentioned above (see contract no. and title), registration in the e-GP portal (http://www.eprocure.gov.bd) is required.

3

Project ID No. W-01/2016-2017

Project Name: Flood and Riverbank Erosion Risk Management Investment Program - Project 1

Country: BangladeshDescription: Construction of new embankment along the right bank of Jamuna

River from km 0.00 to km 5.00 = 5.00 km (Koijuri to Bhatpara) and construction of 2 Nos. regulator 2-vent each (1.50mx1.80m) at Koijuri & Rohindakandi in Upazilla- Shahjadpur, District- Sirajganj

Funding agency: Asian Development BankLast date of bid submission: 7 August 2017, 12:00 hours (Bangladesh Standard Time)

Address for bid submission: On line bidding

Page 5: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

6. Eligible interested bidders can participate in the bidding procedure upon payment of BDT 4,000 (Taka four thousand only) toward the cost of bidding document as per the procedure described in the Bid Data sheet. The tender security as mentioned in the documents should be deposited online through any branch of the banks registered in the e-GP system.

7. The deadline for submission of e-Tenders (bids) is 7 August 2017 at 12:00 hours Bangladesh Standard Time (BST), and on-line opening will be done on the same date at 12:00 hours BST.

8. Further information and guidelines are available in the e-GP portal and from e-GP help desk ([email protected]).

9. To obtain further information, please contact the official inviting the tender as follows:

Attention: A. M. Aminul Haque Project Director, PMO-FRERMIP, BWDB, 152/3/B, Bir Uttam Nuruzzaman Road, Panthopath (Green Road), Dhaka-1205. Telephone: 880-2-9141691 Email: [email protected]

Kathmandu Valley Wastewater Management Project

KUKL/WW/TP-03

Kathmandu Valley Wastewater Management Project

Nepal

Construction of Wastewater Treatment Plant at Dhobighat

Asian Development Bank (ADB

31 August 2017, 12:00 hours (Nepal Standard Time)

Kathmandu Valley Wastewater Management Project Kathmandu UpatyakaKhanepani Limited Project Implementation Directorate Project Director,

Anamnagar, Kathmandu, Nepal Postal/Zip code: 44600 Tel No: +977-1-4258771 Email:kuklpid.org.np Fax No: +977-1-4224057

4

Project ID No.

Project Name:

Country:Description:

Funding agency:Last date of bid submission:

Address for bid submission:

Page 6: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Invitation for Bids

1. The Government of Nepal has received a loan from the Asian Development Bank (ADB) towards the cost of Kathmandu Valley Wastewater Management Project. Part of this financing will be used for payments under the contract named above. Bidding is open to all the eligible Bidders from eligible source countries of the ADB as described in Section 5 of the Bidding Document.

2. The Project Implementation Directorate, KUKL (“the Employer”) invites sealed bids from eligible Bidders for the Construction and Completion of Wastewater Treatment Plant at Dhobighat, which comprise design and build wastewater treatment plant at Dhobighat (37 MLD capacity with five years Operation & Maintenance). All listed works will be carried out under a single responsibility contract and Bidders must bid for all four (4) parts of the renewable energy facility.

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: Two-Envelope procedure and is open to Bidders from all countries as described in the Bidding Document.

4. The capital expenditure of above stated work will be financed under ADB Loan and Operation & Maintenance expenditure of this work will be financed by Government of Nepal /KVWSMB.

5. Only eligible Bidders with the following key qualifications should participate in this bidding:

Minimum average annual construction turnover of US$ 29.20 million or equivalent calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Participation in at least one (1) contract of Design & Build WWTP of at least 37 MLD capacity within the last ten (10) years that has successfully or substantially completed and that is similar to the proposed work and the value of the Bidder’s participation exceeds US$ 23 million or its equivalent.

Experience in Operation and Maintenance of Mechanized WWTP of at least 37 MLD capacity for at least three (3) years within the last ten (10) years.

6. To obtain further information and inspect the Bidding Documents, Bidders should contact:

Kathmandu Valley Wastewater Management Project Kathmandu UpatyakaKhanepani Limited Project Implementation Directorate Project Director, Anamnagar, Kathmandu, Nepal Postal/Zip code: 44600 Tel No: +977-1-4258771 Email:kuklpid.org.np Fax No: +977-1-4224057

7. To purchase the Bidding Document, eligible Bidders should on or before 31 August 2017; 12:00 hours (NST):

5

Page 7: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Write to address above (para 6) requesting the Bidding Document for KUKL/WW/TP/03: Construction of Wastewater Treatment Plant at Dhobighat and deposit a non-refundable fee of NPR 10,000.00 or US$ 100.00 in the bank account mentioned below; or

Request for delivery by sending a written application to The Project Director at the address indicated above (para 6). The application must be supported by payment of NPR. 25,000.00 deposited in the following bank for domestic delivery or US$ 300.00 for overseas delivery by International Bank Transfer to the following account.

Name of Bank: NIC, New Road, Kathmandu

Account Name: Kathmandu UpatyakaKhanepani Limited

Account No.: 3041091950524005

Swift Code: NICENPKA

Documents will be sent by courier. No liability will be accepted for the loss or late delivery. Please note that payments must be routed through one of the following Correspondent Banks:

Name of Bank JP Morgan Bank New York, USA

CITI Bank New York, USA

American Express New York, USA

Account No 400911701 36143644 00740944Swift Code CHASUS33 CITIUS33 AEIBUS33

An electronic copy of the Bidding Document will also be provided on CD to all purchasers of the Bidding Documents. In the event of any discrepancy between hard and soft copies of the Bidding Document, the hard copy shall govern. Bidders shall use the purchased hard copy of the Bidding Document furnished to them, for the purpose of bid submission.

8. Site visit will be held on 6 August 2017 at 11:00 hours (NST) followed by pre-bid meeting at 14:00 hours (NST) on the same day at PID Office at Anamnagar, Kathmandu.

9. Deliver your bid:

to the address above (para 6)

on or before the deadline: 31 August 2017 at 12:00 hours (NST). Late Bids will not be accepted.

together with a Bid Security as described in the Bidding Document (Section 2: Bid Data Sheet Clause ITB 19.1).

6

Page 8: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

10. Bids will be opened immediately after the bid submission deadline in the presence of the Bidders’ representatives who choose to attend. If the last date of submission and opening falls on a government holiday, the date for submission and opening of bid shall be extended to the next working day.

11. The KUKL/Project Implementation Directorate will not be responsible for any cost or expense incurred by the Bidders in connection with the preparation or delivery of bids.

12. When comparing bids, ADB’s Domestic Preference Scheme will be applied in accordance with the provisions stipulated in the Bidding Document.

Water Supply and Sanitation Project, Rautahat, Nepal

Invitation for Bids

1. The Government of Nepal has received a loan from Asian Development Bank (ADB) towards the cost of Third Small Towns Water Supply and Sanitation Sector Project (TSTWSSSP). Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Project Management Office, Third Small Towns Water Supply and Sanitation Sector Project, Department of Water Supply and Sewerage, Ministry of Water Supply and Sanitation (“the Employer”) invites sealed bids from eligible Bidders, based on postqualification criteria, for the construction and completion of the Works.

The Works mainly comprises of the following:

Stage 1: Construction of Works consisting of drilling and development of deep tube wells, development of existing tube well, installation of pumping mains, installation of pressure water treatment plants, construction of buildings and other associated works for water supply project in Katahariya including replacing existing transformer by new transformer and re-routing 11 KVA HT line and installation of other electrical works. Laying and jointing of transmission main and distribution mains.

7

Project ID No. TSTWSSSP/NCB – 20

Project Name: Third Small Towns Water Supply & Sanitation Sector Project

Country: NepalDescription: Water Supply and Sanitation Project, Rautahat

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 10 August 2017, 12:00 hours, Nepal Standard Time (NST)

Address for bid submission: The Project Director Third Small Towns Water Supply & Sanitation Sector Project Project Management Office DWSS Building, Top floor Panipokhari, Kathmandu. Ph: 0977- 1 - 4422231, 0977- 1 – 4423186 Fax: 0977-1-4413280 Website: www.stwsssp.gov.np; Email: [email protected]

Page 9: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Stage 2: Operations and Maintenance of the system for one year.

3. National Competitive Bidding (NCB) will be conducted in accordance with the ADB’s Single Stage – Two Envelope procedure and is open to all eligible Bidders as described in the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Minimum average annual construction turnover of NRs. 263 million or equivalent US$ calculated as total certified payments received for contracts in progress or completed within last five (5) years.

Participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years that is similar to the proposed works, where the value of the Bidder’s participation exceeds NRs. 132 million or equivalent US$. The qualification criteria are more completely described in the Bidding Document.

5. To obtain further information and inspect the bidding documents, Bidders should contact:

The Project Director Third Small Towns Water Supply & Sanitation Sector Project Project Management Office DWSS Building, Top floor Panipokhari, Kathmandu. Ph: 0977- 1 - 4422231, 0977- 1 – 4423186 Fax: 0977-1-4413280 Website: www.stwsssp.gov.np; Email: [email protected]

6. Bidders are requested to specify the total price of the Bid in the letter of Bid or the Total Bid Price in the Bill of Quantities. Failure to specify the total price of Bid in the letter of Bid or the Bill of Quantities may be ground for declaring the Bid nonresponsive.

7. To purchase the Bidding Document, eligible Bidders should on or before 17:00 hours, 9 August 2017:

write to address above requesting the Bidding Documents for TSTWSSSP/NCB – 20/ Katahariya Town.

pay a non-refundable fee of NRs. 10,000 (in words Nepali Rupees ten thousand only) to the address indicated above for one set of Bidding Document.

8. A pre-bid meeting shall be held at 13:00 Hrs (NST) on 31 July 2017 at PMO Office, Panipokhari.

9. Deliver your bid:

To the address above

On or before 10 August 2017; 12:00 hours (NST). Late Bids will not be accepted.

Together with a Bid Security in the amount as specified in the Bidding Document (Section 2: Bid Data Sheet Clause ITB 19.1) Bids will be opened immediately after the bid submission deadline in the presence of Bidders’ representatives who choose to attend.

Reconstruction of the Atyrau-border of the Russian Federation (Astrakhan) Road Project

8

Project ID No.

Project Name: Reconstruction of the Atyrau-border of the Russian Federation (Astrakhan) Road Project

Country: KazakhstanDescription: Reconstruction of the Atyrau-border of the Russian Federation 

Funding agency: Islamic Development Bank (IsDB)Last date of bid submission: 05 September 2017

Address for bid submission: Attn: Mr. Amir Karimbayev, Head of the Project Preparation Unit Committee for Roads Ministry for Investments and Development of the Republic of Kazakhstan 32/1 Kabanbai Batyr Ave. Transport Tower Building 010000 Astana, Kazakhstan Tel: +7 (7172) 75 46 37 E-mail: [email protected]; [email protected]

Page 10: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Project Profile This invitation for prequalification follows the General Procurement Notice for this Project that appeared earlier in website of the Ministry for Investments and Development of the Republic of Kazakhstan http://mid.gov.kz and website of Islamic Development Bank http://www.isdb.org , dated April 24,2017.

The Republic of Kazakhstan has received an approval for financing from the Islamic Development Bank (IsDB) toward the cost of the Reconstruction of the Atyrau-border of the Russian Federation (towards Astrakhan) Road Project and it intends to apply part of the proceeds of this financing toward payments under the contract for reconstruction of the Atyrau-border of the Russian Federation (towards Astrakhan) road (six sections) with the total length of 274 km. Applicants may apply for one or more contracts. These contracts will be financed by IsDB and the Government of Kazakhstan. It is expected that invitations for bid will be made on July 5, 2017.

 The Committee for Roads of the Ministry for Investments and Development of Kazakhstan (hereinafter “Committee”), intends to prequalify contractors and/or firms for reconstruction of 274 km of an existing two-lane road sections as listed below:

• Lot-1: Contract Ref.: IDB-ICB/CW-(W/1)-002/2017, Reconstruction of 32 km section from km 616 to km 648 (Category II) • Lot-2: Contract Ref.: IDB-ICB/CW-(W/2)-002/2017, Reconstruction of 45 km section from km 648 to km 693 (Category II) • Lot-3: Contract Ref.: IDB-ICB/CW-(W/3)-002/2017, Reconstruction of 60 km section from km 693 to km 753 (Category II) • Lot-4: Contract Ref.: IDB-ICB/CW-(W/4)-002/2017, Reconstruction of 80 km section from km 753 to km 833 (Category II). • Lot-5: Contract Ref.: IDB-ICB/CW-(W/5)-002/2017, Reconstruction of 20 km section from km 833 to km 853 (Category II) • Lot-6: Contract Ref.: IDB-ICB/CW-(W/6)-002/2017, Reconstruction of 40 km section from km 853 to km 893 (Category II) 

Prequalification will be conducted through International Competitive Bidding limited to IsDB member Country (ICB/MC) procedures as specified in the Guidelines for Procurement of Goods and Works under IsDB Financing, edition of May 2009, and is open to all bidders from eligible source countries as defined in the Guidelines. 

Interested eligible applicants may obtain further information from and inspect the Prequalification Document from the Committee (at the address below) from 9:30 to 18:00 hours, Astana time from Mondays to Fridays.A complete set of the prequalification documents in English can be received in hard copy or electronically upon submission of a written request to the Committee by an interested eligible Applicant signed by the authorized representative on the letterhead of the Applicant’s Company. 

Applications for Prequalification in sealed envelopes shall be delivered to the address below before 16:00 on September 5, 2017 and be clearly marked: 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT Lot-1: Contract Ref.: IDB-ICB/CW-(W/1)-002/2017, km 616-648 

And / Or 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT 

9

Page 11: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Lot-2: Contract Ref.: IDB-ICB/CW-(W/2)-002/2017, km 648-693 

And / Or 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT Lot-3: Contract Ref.: IDB-ICB/CW-(W/3)-002/2017, km 693-753 

And / Or 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT Lot-4: Contract Ref.: IDB-ICB/CW-(W/4)-002/2017, km753-833 

And / Or 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT Lot-5: Contract Ref.: IDB-ICB/CW-(W/5)-002/2017, km 833-853 

And / Or 

ATYRAU-BORDER OF RUSSIAN FEDERATION (ASTRAKHAN) ROAD PROJECT Lot-6: Contract Ref.: IDB-ICB/CW-(W/6)-002/2017, 853-893 

Attn: Mr. Amir Karimbayev, Head of the Project Preparation Unit Committee for Roads Ministry for Investments and Development of the Republic of Kazakhstan 32/1 Kabanbai Batyr Ave. Transport Tower Building 010000 Astana, Kazakhstan Tel: +7 (7172) 75 46 37 E-mail: [email protected]; [email protected] 

10

Page 12: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Kostanay Water

INVITATION FOR TENDERS

Rehabilitation of the water and wastewater networks, length of 4,9 km

This Invitation for Tenders follows the General Procurement Notice 8423-GPN-47497 for this project which was published at 6 October 2016 on the web site of the European Bank for Reconstruction and Development - www.ebrd.com.

The State Communal Enterprise Kostanay Su hereinafter referred to as the Employer, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Kostanay Water Project.

The Employer now invites sealed tenders from Contractors for the contract KWP-3.2, "Rehabilitation of the water and wastewater networks, length of 4,9 km"  to be funded from part of the proceeds of the Bank loan and co-financing grant contributions from the Government of Kazakhstan.

The Project is implemented on the territory of Kostanay City of the Republic of Kazakhstan.

This contract includes the rehabilitation of the water and wastewater networks, is to be carried out in residential complex in the city of Kostanay, according to developed design and Requirements. The scope of work includes the following projects:

Rehabilitation of gravity sewer along V.Internatsionalistov street from Arystanbekov street to Gashek street.

Rehabilitation of gravity sewer along Doschanov street from Mailin street – Bortsov street, along Bortsov street within the boundaries of O.Doschanov street – Frolov street.

Rehabilitation of D-400 water supply pipeline to CHPP.

The estimated completion time under the contract is 365 days.

To be qualified for award of the Contract, the tenderer shall meet the following qualification criteria as a minimum:

11

Project ID No. 8750-IFT-47497

Project Name: Kostanay Water

Country: KazakhstanDescription: Rehabilitation of the water and wastewater networks, length of 4,9

kmFunding agency: EBRDLast date of bid submission: 22 August 2017

Address for bid submission: State Communal Enterprise Kostanay SuMr. Vitaly PanaetovHead of PIU State Communal Enterprise Kostanay Su19 Abay st., Kostanay city,Kostanay Oblast, 110005, KazakhstanFax: +7 7142 22 17 00 / +7 7142 22 26-11E-mail: [email protected]

Page 13: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

a. The Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least 1 (one) project of a nature and complexity comparable to the proposed contract within the last 5 (five) years.

b. The Tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last 3 (three) years not less than KZT 700 million  (seven hundred million) equivalent;

c. The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the construction cash flow for the contract for a period of 3 (three) months, estimated as not less than KZT 113 million (one hundred thirteen million) equivalent, taking into account the Tenderer's commitments for other contracts.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, of for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

The tender documents may be obtained free of charge from the office at the address below upon the written request or the documents will be promptly dispatched by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery.

All tenders must be accompanied by a tender security in the amount not less than KZT 8 million (eight million)  or equivalent in a convertible currency

Tenders must be delivered to the office at the address below on or before 14:00 (local time) 22 August 2017, at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.

A register of potential tenderers who have purchased the tender documents may be inspected at the address below.

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at the following office:

State Communal Enterprise Kostanay SuMr. Vitaly PanaetovHead of PIU State Communal Enterprise Kostanay Su19 Abay st., Kostanay city,Kostanay Oblast, 110005, KazakhstanFax: +7 7142 22 17 00 / +7 7142 22 26-11E-mail: [email protected]

12

Page 14: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Social Infrastructure

Improvement of 4 nos. road totaling 3.81 km with 5 nos. box culvert at Pirojpur Pourashava, Bangladesh

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Coastal Towns Environmental Infrastructure Project (CTEIP). Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Pirojpur Pourashava, District: Pirojpur, ("the Employer") invites bids/tenders from eligible Bidders for the Improvement of 4 nos. road totaling 3.81 km with 5 nos. box culvert at Pirojpur Pourashava ("the Works").

3. National competitive bidding will be conducted in compliance with ADB's Procurement Guidelines through electronic Government Procurement (e-GP) system and is open to all Bidders from eligible countries as described in the Bidding Documents.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Specific Similar Experience: at least one contract within the last 5 (five) years where the value of the Bidder’s participation exceeds BDT 43.00 million.

Average Annual Construction Turnover: minimum BDT 54.00 million over the last 5 (five) years

Liquid Assets or Credit Facilities: minimum BDT 7.40million More details of qualification requirements are mentioned in the biding documents

5. This is an online bidding where only e-Tender (e-bid) will be accepted in the Bangladesh National e-GP System Portal and no offline/hard copies will be accepted. To obtain further information and to submit e-Tender for this works package bearing e-tender ID no. mentioned above, registration in the e-GP portal (http://www.eprocure.gov.bd) is required.

6. The fees for downloading the e-Tender Documents from the e-GP portal, and the tender security as mentioned in the documents have to be deposited online through any branch of the banks registered in the e-GP system.

7. The deadline for submission of e-Tenders (bids) is 8 August 2017 at 13:00 hours Bangladesh Standard Time (BST), and on-line opening will be done on the same date at 13:00 hours BST.

13

Project ID No. e-GP/CTEIP/2016-17/PIR/RD-03

Project Name: Coastal Towns Environmental Infrastructure Project

Country: BangladeshDescription: Improvement of 4 nos. road totaling 3.81 km with 5 nos. box culvert

at Pirojpur Pourashava, District: PirojpurFunding agency: Asian Development BankLast date of bid submission: 8 August 2017, 13:00 hours (Bangladesh Standard Time)

Address for bid submission: On line bidding

Page 15: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

8. Further information and guidelines are available in the e-GP portal and from e-GP help desk ([email protected]). To obtain further information, please contact the official inviting the tender as follows:

Attention: Executive Engineer Pirojpur Pourashava, Pirojpur Telephone: +880 0461 62265 Fax: +880 0461 62266 Email: [email protected]/ [email protected]

Second Greater Mekong Subregion (GMS) Corridor Towns Development Project, Vietnam

Invitation for Bids

1. The Government of the Socialist Republic of Vietnam has received financing from the Asian Development Bank (hereinafter called "ADB") toward the cost of the Second Greater Mekong Subregion (GMS) Corridor Towns Development Project. Part of this financing will be used for payments under the contract package named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Bac Giang City’s People’s Committee represented by Bac Giang City’s Construction Project Management Unit No.2 (“the Employer”) invites sealed bids from eligible Bidders for the Package BG2: Construction of the North Eastern Ring Road. The scope of works includes: Construction of 1.75 kilometers asphalt concrete road with design scale as follows:

Road: crossing Road section Bn = 27 (m), width of road surface Bm = 2x10.5 = 21 (m), width of Middle Strip Bpc = 2 (m), road pavement width Bh = 2x2 = 4 (m). Bn = Bm + Bpc + Bh = 21+2+2x2 = 27 (m)

Drainage System: Reinforced concrete culverts crossing road and Longitudinal road for drainage and manhole systems together. Irrigation canals for agricultural production.

14

Project ID No. Package BG2Project Name: Second Greater Mekong Subregion (GMS) Corridor Towns

Development ProjectCountry: VietnamDescription: Construction of the North Eastern Ring Road

Funding agency: Asian Development BankLast date of bid submission: 31 July 2017, 08:30 hours (local time)

Address for bid submission: Bac Giang City’s Construction Project Management Unit No.2 with its address at No.8, Nghia Long Street, Tran Phu Ward, Bac Giang city, Bac Giang Province Tel: +84 240.3824.726 Email: [email protected]

Page 16: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Waiting Pipe systems, connecting to technical infrastructure: Include waiting pipe systems for connection of sewage systems, water supply system, power supply system.

Removing the medium voltage line 22kV - 35kV; Building light systems along the route.

3. National competitive bidding (NCB) will be conducted in accordance with the ADB’s Single Stage – One Envelope bidding procedure and is open to all eligible Bidders as described in the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Experience

Participation in at least two (2) contracts that have been successfully or substantially completed within the last five (5) years and that are similar to the proposed works, where the value of the Bidder’s participation in each contract exceeds VND 44,000,000,000.

Financial:

Minimum average annual construction turnover of VND 130,000,000,000 calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

Financial Resources Requirement for Subject Contract: VND 13,750,000,000. The qualification criteria are more completely described in the Bidding Document.

5. Interested eligible Bidders may obtain further information from the Employer and inspect the Bidding Document starting on 30 June 2017 from 8:30 to 17:00 hours during Mondays to Fridays (except during weekends and holidays) until before 8:30 hours on 31 July 2017, at the address given below:

Bac Giang City’s Construction Project Management Unit No.2 with its address at No.8, Nghia Long Street, Tran Phu Ward, Bac Giang city, Bac Giang Province Tel: +84 240.3824.726 Email: [email protected]

6. To purchase the Bidding Documents in Vietnamese, eligible Bidders should:

Submit an official letter to the above-mentioned address (para 5) requesting the Invitation for Bid documents for Package BG2: Construction of the North Eastern Ring Road.

Pay a non-refundable fee of VND 2,000,000 by cash.

7. Deliver bids:

To the address above (para 5)

On or before 8:30 hours on 31 July 2017.

All Bids must be accompanied with a Bid Security as specified in the Bidding Documents.

Late bid shall be rejected. Bids will be opened immediately after the bid submission deadline at the above-mentioned address (para 5) in the presence of Bidders’ representatives who wish to attend.

15

Page 17: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

8. Bac Giang City’s Construction Project Management Unit No.2 will not be responsible for any cost or expense incurred in the preparation and delivery of bids.

South Asia Subregional Economic Cooperation Road Connectivity Project (SASEC), Bhutan

Invitation for Bids

1. The Royal Government of Bhutan has received financing from the Asian Development Bank (ADB) toward the cost for SASEC Road Connectivity Project. Part of this financing will be used for payments under the contracts named above. These contracts will be jointly financed by the Royal Government of Bhutan and ADB. The eligibility rules and procedures of the ADB will govern the bidding process.

2. The Department of Roads (“the Employer”), Ministry of Works and Human Settlement, invites sealed bids from eligible bidders for the Improvement of Pasakha Access Road under SASEC Road connectivity Project in Bhutan. Bidders may bid for one or multiple contract packages as further defined in the Bidding Document.

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s Single Stage: Two Envelope bidding procedure and is open to all bidders from eligible source countries of the ADB as defined in the Bidding Documents.

4. To obtain further information and inspect the bidding documents, bidders should contact:

Mr. Tshewang, Assistant Project Coordinator

16

Project ID No. PAR-01; PAR-02; PAR-03

Project Name: South Asia Subregional Economic Cooperation Road Connectivity Project (SASEC)

Country: BhutanDescription: PAR-01: Construction of Bhalujhora Bridge on Pasakha Access Road

PAR-02: Construction of Multi-cellular box culvert, LCS and Roadworks on Pasakha Access Road PAR-03: Construction of Gabion Structures on Pasakha Access Road

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 2 August 2017 at 2:00 PM (Bhutan Standard Time)

Address for bid submission: Mr. Tshewang, Assistant Project Coordinator Pasakha Access Road, SASEC Road Connectivity Project Construction Division, Department of Roads Chang Lam, Thimphu, Bhutan Telephone: +975-02-321124 Email address: [email protected]

Page 18: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Pasakha Access Road, SASEC Road Connectivity Project Construction Division, Department of Roads Chang Lam, Thimphu, Bhutan Telephone: +975-02-321124 Email address: [email protected]

The bidding documents can be accessed free of charge at www.mowhs.gov.bt from 4 July 2017. 5. Deliver your bid:

to the address above

on or before 2 August 2017 at 2:00 PM (Bhutan Standard Time)

together with a Bid Security as described in the Bidding Document

Electronic submission of bids is not allowed.

Late bids shall be rejected. Technical Bids will be opened on 2 August 2017 at 2:30 PM (Bhutan Standard Time) in the presence of bidders’ representatives who choose to attend.

17

Page 19: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Energy

New Modi -Lekhnath 132 kV Transmission Line Project, Nepal

Invitation for Bids:

Loan No: GOILOC-GO-NPL-135

1. The Government of Nepal [GoN] has allocated funds /received a loan from Exim Bank of India towards the cost of New Modi Lekhnath 132 kV Transmission Line Project and intends to apply part of the funds to cover eligible payments under the Contract for Procurement of Plant Design, Supply, and Installation of New ModiLekhnath 132 kV TransmissionLine, IFB No: ML/TL/073/74-01. Bidding is open to all eligible Indian Bidders.

2. Nepal Electricity Authority invites sealed bids from eligible bidders for the construction of New Modi-Lekhnath 132 kV Double Circuit Transmission Line under International Competitive Bidding – Single Stage Two Envelope Bidding procedures. Only eligible bidders with the following key qualifications should participate in this bidding:

Minimum Average Annual Construction Turnover of the best 3 years within the last 10 years: US$ 6.5 Million.

Minimum Work experience of similar size and nature: The Bidder as Contractor, management Contractor, or subcontractor, in at least Two (2) Contracts within the last 10 years, each with a value of at least USD 6.5 Million that have been successfully or are substantially completed and that are similar to the proposed works.

The Bidder as prime contractor should have implemented:

i) At least one Transmission line of Voltage level 110 kV or higher having route length of at least 42 Km in a mountainous undulating hilly terrain.

ii) Should have completed /substantially completed one transmission line of Voltage level 110 kV or higher outside the bidders home country.

3. Eligible Bidders may obtain further information and inspect the Bidding Documents at the office of:

The Project Manager New Modi Lekhnath 132 kV Transmission Line Project Grid Development DepartmentTransmission Directorate

18

Project ID No. ML/TL/073/74-01

Project Name: New Modi -Lekhnath 132 kV Transmission Line Project

Country: NepalDescription: Procurement of Plant Design, Supply, and Installation of New Modi-

Lekhnath 132 kV Transmission LineFunding agency: EXIM Bank of India Last date of bid submission: 16 August 2017

Address for bid submission: Project Manager, New Modi Lekhnath 132 kV Transmission Line Project, Kharipati, Bhaktapur

Page 20: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Nepal Electricity Authority NEA Training Centre, Kharipati, Bhaktapur, Nepal Phone: +977 1 6614606 Email: [email protected] Or may visit NEA website www.nea.org.np. / https://www.eximbankindia.in/lines-of-credit-tenders.aspx

4. A complete set of Bidding Documents may be purchased from the office of the Project Manager, New ModiLekhnath 132 kV Transmission Line Project, Kharipati, Bhaktapur by eligible Bidders on the submission of a written application, along with the copy of company/firm registration certificate, and upon payment of a nonrefundable fee of Nrs. 30000.00 in the account of New Modi Lekhnath 132 kV Transmission Line Project, Nepal Electricity Authority, Account Number: 04400105200568, Everest Bank Limited till 15th August,2017.

5. Pre-bid meeting shall be held at the office of the Project Manager, New Modi Lekhnath 132 kV Transmission Line Project, Kharipati, Bhaktapur at 12:00 PM 21stJuly,2017.

6. Sealed bids must be submitted to the office of the Project Manager, New Modi Lekhnath 132 kV Transmission Line Project, Kharipati, Bhaktapur by hand/courier on or before 12:00 PM on 16th August,2017. Bids received after this deadline will be rejected.

7. The bids will be opened in the presence of Bidders' representatives who choose to attend at 1:00 PM on 16th August, 2017 at the office of the office of the Project Manager, New Modi Lekhnath 132 kV Transmission Line Project, Kharipati, Bhaktapur.

Bids must be valid for a period of 150 days after bid opening and must be accompanied by a bid security amounting to a minimum of USD 2, 25,000.00 or equivalent in INR or Nrs. which shall be valid for 30 days beyond the validity period of the bid.

8. If the last date of purchasing and /or submission falls on a government holiday, then the next working day shall be considered as the last date. In such case the validity period of the bid security shall remain the same as specified for the original last date of bid submission.

The address referred to above is:

The Project Manager New Modi Lekhnath132kVTransmission Line Project Transmission Directorate Nepal Electricity Authority NEA Training Centre Building, Kharipati, Bhaktapur, Nepal Phone: +977 1 6614606 Email: [email protected]

Town Electrification Investment Program – Tranche 2, Papua New GuineaYTOD-ICBV1-01/17-TEIP2-W01

19

Project ID No.

Project Name:

Country:Description:

Funding agency:Last date of bid submission:

Address for bid submission:

Page 21: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Town Electrification Investment Program – Tranche 2

Papua New Guinea

YTOD Surge Tank and Other Remedial Works

Asian Development Bank

08 September 2017 at 14:00 hours (Port Moresby, PNG time)

Mr. Francis Mamia PNG Power Ltd National Office TEIP Project Management Unit Corner Wards Road and Cordia Street,

Hohola NATIONAL CAPITAL DISTRICT, Port Moresby Papua New Guinea Telephone: (+675) 324 3533

Facsimile: (+675) 323 4974 Email: [email protected]

Invitation for Bids

1. The Independent State of Papua New Guinea has received a loan from the Asian Development Bank (ADB) toward the cost of the Town Electrification Investment Program (TEIP) Tranche 2. Part of this loan will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The PNG Power Limited ("the Employer") invites sealed bids from eligible Bidders for the engineering, procurement, construction, installation and testing of a surge tank and other remedial works in the Yonki Toe of Dam Hydropower facility ("the Facilities"). The works will consist of the engineering, procurement, construction, installation and testing of a surge tank and other remedial works in Eastern Highlands Province, Papua New Guinea. The project has an installed capacity of 18.0MW with a design discharge of 48.8m3/s with two vertical shaft Francis turbines.

The major work will consist of:

• Construction of the steel surge tank and the associated works

• Design and modifications of the generator cooling systems

• Replacement of one damaged butterfly valve, and

• Replacement / enforcement of 62 meters of damaged penstock to generate at its full rated capacity of 18.0 megawatts.

20

Page 22: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

3. International Competitive Bidding (ICB) will be conducted in accordance with the ADB’s Single Stage – One Envelope procedure and is open to all eligible Bidders as described in the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding: Bidders should have:

Participated in at least two (2) contracts that have been successfully or substantially completed within the last ten (10) years that are similar to the proposed contract, where the Bidder’s participation exceeds US$15 million and

i. Successful completion as the prime contractor of at least one (1) EPC/Design Build Construct of a hydropower project comprising a surge tank and civil, electrical and mechanical works of at least 10MW capacity and design discharge capacity of at least 20 m3/s within the last 15 years; or

ii. Successful completion as the prime contractor of at least one (1) EPC/Design Build Construct of new or refurbishment of a hydropower project comprising civil, electrical and mechanical works of at least 10 MW capacity and design discharge capacity of at least 20 m3/s within the last 15 years; • Successfully completed of design and analysis of at least one (1) hydropower project with an installed capacity of 10MW [or larger] and design flow of 20 m3/s [or higher];

• Electro-mechanical experience related to design, selection, testing and installation of cooling water systems and generator ventilation and cooling arrangements for a compact 10MW unit or larger;

• Mechanical experience relevant to design, selection, installation and testing of cone valves for a rated flow of 62m3/s [or larger] with a diameter of 1.8m [or larger];

• Relevant electrical experience related to cone and butterfly valves, cooling water systems and generator ventilation necessary for undertaking the work;

• A minimum average annual turnover of at least US$25 million calculated as a total certified payment received for contracts in progress or completed, within the last three (3) years;

• Demonstrate sufficient financial resources to meet its current commitments, plus the requirement for the subject contract of US$3.2 million.

5. To obtain further information and inspect the Bidding Documents, Bidders should contact:

Mr. Francis Mamia PNG Power Ltd National Office TEIP Project Management Unit Corner Wards Road and Cordia Street,

21

Page 23: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Hohola NATIONAL CAPITAL DISTRICT, Port Moresby Papua New Guinea Telephone: (+675) 324 3533 Facsimile: (+675) 323 4974 Email: [email protected]

6. To purchase a complete set of Bidding Documents in English, eligible Bidders should:

• Write to the address above requesting the electronic copies of bidding documents in CD-ROM for YTODHP-ICBV1-01/2017 – W01: YTOD Surge Tank and Other Remedial Works.

• Pay a non-refundable fee of K150 and USD 50 by cash, telegraphic transfer, bank deposit, or cashable cheque made payable to the following: Account Name: PPL Town Electrification Investment Program Bank: Bank South Pacific Branch: Boroko Branch No: 008 943 Account No: 1003531124 Swift code: BOSPPGM The complete set of Bidding Documents will be available from 14 July 2017 up to 8 September 2017 during office work hours. The Bidding Documents will be sent by airmail and courier, if required by the Bidders and after paying the additional shipping cost of USD50. No liability will be accepted for loss or late delivery.

7. Deliver your bids:

• to the above address (para 5)

• on or before the deadline: 8 September 2017 at 14:00 hours (local time)

• together with a Bid Securing Declaration as described in the Bidding Document.

Electronic submission of Bids is not allowed. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders' Representatives who choose to attend.

8. Since the rehabilitation works will involve a highly specialized and technical component, interested Bidders are urged to attend both

(i) pre-bid meeting to be held at PNG Power Ltd National Office in Port Moresby, PNG and a

(ii) a site visit. The schedule of dates is stated in the Bidding Document.

22

Page 24: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Renewable Energy Sector Project, Cook Island

Renewable Energy Sector Project

Cook Island

Aitutaki Renewable Energy System under Cook Islands Renewable Energy Sector Project (COO46453-002) Phase 2– (Aitutaki)

Asian Development Bank (ADB)

14 September 2017, 12:00 Noon (Cook Island Time)

Attention: Tangi Tereapii Director Renewable Energy Development Division Office of the Energy CommissionerStreet Address: Vakatini Road City: Avarua, Rarotonga ZIP Code: 0000 Country: Cook Islands Telephone: 682 29300 Electronic mail address: [email protected]

1. The Government of the Cook Islands has received financing from the Asian Development Bank (ADB) towards the cost of the Renewable Energy Sector Project. Part of this financing will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of ADB as described in Section 5 of the Bidding Document. The eligibility rules and procedures of ADB will govern the bidding process.

2. The Renewable Energy Development Division (REDD), Office of the Energy Commissioner, Government of Cook Islands (“the Employer”) invites sealed bids from eligible Bidders for the design, construction, installation, integration in the existing power system infrastructure and commission of renewable energy facilities (“the Facilities”) as shown below:

Solar photovoltaic (PV) plant of name plate capacity 750 kW, to be installed adjacent to existing power station and integrated into the existing high voltage bus of the Aitutatki power station,

Diesel generator of name plate capacity 240-300 kW, to be installed in the power station, next to existing diesel generation and integrated into the existing diesel low voltage bus,

Battery energy storage system (BESS) with power conversion system of name plate capacity of 500 kW, and batteries with name plate capacity of 250 kWh, to be installed adjacent to the existing power station and integrated into the existing high voltage bus of the Aitutatki power station,

23

Project ID No.Project Name:

Country:

Description:

Funding agency:

Last date of bid submission:

Address for bid submission:

Page 25: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Control and Integration system for automatic operation and scheduling of all conventional and renewable generators in the system, to be installed in the power station control room. All listed works will be carried out under a single responsibility contract and bidders must bid for all 4 parts of the renewable energy facility.

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: One-Envelope procedure and is open to Bidders from all countries as described in the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Minimum average annual turnover of NZ$6M

Minimum financial resources of NZ$1.0M

Participation in at least two contracts that have been successfully or substantially completed within the last 3 years and that are similar to the proposed contract, where the value of the Bidder’s participation exceeds NZ $2.4M

5. To obtain further information and obtain an electronic copy of the Bidding Documents, eligible Bidders should contact:

Attention: Tangi Tereapii Director Renewable Energy Development Division Office of the Energy CommissionerStreet Address: Vakatini Road City: Avarua, Rarotonga ZIP Code: 0000 Country: Cook Islands Telephone: 682 29300 Electronic mail address: [email protected]

6. To purchase a (single) hard copy of the bidding documents in English, eligible Bidders should:

Write to the address above (para 5) requesting the Bidding Documents for Aitutaki Renewable Energy System under Cook Islands Renewable Energy Sector Project (COO46453-002) Phase 2

Pay a non-refundable fee of 100 New Zealand Dollars by cash or transfer through a bank account. The Bank account of the Employer:

Name of Bank: Bank of the South Pacific

Swift: BOSPCKCR

In favor of: CIG Public Account

Account No.: 0127107401

7. Pre-bid meeting will be held at the Office of Prime Minister, Renewable Energy Development Division, on Wednesday, 2 August, 2017, at 11:00 am, with an optional site visit the following day.

24

Page 26: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

8. Deliver your bid:

to the address above (para 5)

on or before 14 September 2017, 12:00 Noon (Cook Island Time)

together with a Bid Security as described in the Bidding Document

Electronic submission of bid is not permitted. Bids will be opened immediately after the deadline for bid submission in the presence of the Bidders’ representatives who choose to attend.

Late bids will be rejected.

Financing No. KGZ0047 

Project Profile The Government of Kyrgyz Republic has received financing from the Islamic Development Bank (IsDB) toward the cost of the Improvement of electricity supply in the Arka area of Batken region project, and it intends to apply part of the proceeds toward payments under the contract for Electrical Works. The JSC “National Electrical Grid of Kyrgyzstan” now invites sealed bids from eligible bidders for the Design and Construction of 110 KV transmission line (approximately 51km). The delivery/construction period is two years.

Bidding will be conducted through the international competitive bidding procedures, limited to

25

Improvement of Electricity Supply in Arka Area of Batken Region Project: Design And Construction of 110 Kv Transmission Line Project ID No. ICB/MC01 

Project Name: Improvement of Electricity Supply in Arka Area of Batken Region Project  

Country: KyrgyzstanDescription: Design And Construction Of 110 Kv Transmission Line with

approximately length 51km (TURNKEY CONTRACT)Funding agency: Islamic Development Bank (IsDB)Last date of bid submission: 05 September 2017

Address for bid submission: JCS “National Electrical Grid of Kyrgyzstan” Attn: Mr. Tiumenbaev A.R. – Executive Director 326, Jibek-Jolu, Bishkek, 720070, Kyrgyz Republic Tel: 996 312 66 11 52 Fax: 996 312 66 06 56 E-mail: [email protected] 

Page 27: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Member Countries as specified in the IsDB’s Guidelines for Procurement of Goods and Works under Islamic Development Bank Financing (current edition), and is open to all eligible bidders as defined in the guidelines.

Interested eligible bidders may obtain further information and inspect the bidding documents from the JSC “National Electrical Grid of Kyrgyzstan” at the address 326, Jibek-Jolu, Bishkek, 720070, Kyrgyz Republic during office hours 08:00 to 17:00 .A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee US$ 250 (two hundred fifty). The method of payment will be transfer. The Bidding Documents will be sent by hand or registered mail to the Executing Agency at the address below.

Account details: Name of company: JSC «NEGK» Legal address: Bishkek str.Jibek Jolu, 326 BIC 109018 Bank: Bishkek Central Branch of Optima Bank Bank account: 1091820100040606 SWIFT: ENEJKG22 

All bids must be accompanied by a bid security of US$ 132,000 (one hundred and thirty-two thousand) or an equivalent amount in a freely convertible currency, and be delivered to the address below by 02:00 p.m. on September 5, 2017. They will be opened immediately thereafter, in the presence of bidders’ representatives, who choose to attend, at the address below. Late bids will be rejected and returned unopened. 

JCS “National Electrical Grid of Kyrgyzstan” Attn: Mr. Tiumenbaev A.R. – Executive Director 326, Jibek-Jolu, Bishkek, 720070, Kyrgyz Republic Tel: 996 312 66 11 52 Fax: 996 312 66 06 56 E-mail: [email protected] 

26

Page 28: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Supply

Bangladesh Power System Enhancement and Efficiency Improvement Project

Invitation for Bids

1. The People’s Republic of Bangladesh has applied for financing from the Asian Development Bank (ADB) toward the cost of the Bangladesh Power System Enhancement and Efficiency Improvement Project. Part of this financing will be used for payments under the Contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Bangladesh Rural Electrification Board (the “Purchaser”) invites sealed bids from eligible bidders for the Procurement of Electrical Overhead Distribution Line Materials (the “Goods”). The Goods are grouped into different Packages and Lots. Bidders have the option of submitting the Bids for one, any combination, or all of the lots. Lots shall not be further subdivided for bidding purposes. Goods are to be delivered in designated BREB’s warehouses (Dhaka, Khulna & Chittagong) as follows:

Package No. Lot No. Brief Description of Goods

Quantity (Nos./Sets /km)

Delivery Schedule from the date of contract signing

URIDS(E) -G-11 URIDS(E)- G-11-01 ACSR, Bare Conductor

24,242 50% of Unit of each Lot within 20 weeks and remaining 50% of each unit within 40 weeks.

URIDS(E)- G-11-02 Insulated Conductor

17,679

URIDS(E) -G-16 URIDS(E)- G-16-01 Distribution Transformer

18,545

URIDS(E)- G-16-02 Fuse Cutout & Surge Arrester, Fuse Link

1,013,400

URIDS(E) -G-17 URIDS(E)- G-17-01 1-Phase meter Electronic

320,000

3-Phase meter class 100 with socket

5,190

3-Phase meter class 20 with socket

1,300

Meter seal 100,000URIDS(E)- G-17-02 Transformer,

Potential, 15 kV, 209

27

Project ID No. URIDS(E)-G-11, URIDS(E)-G-16 & URIDS(E)-G-17

Project Name: Bangladesh Power System Enhancement and Efficiency Improvement Project

Country: BangladeshDescription: Procurement of Electrical Overhead Distribution Line Materials

Funding agency: Asian Development BankLast date of bid submission: 23 August 2017 at 12:00 Noon (Local Time: Bangladesh)

Address for bid submission: Project Director, URIDS (DMCS) Project, Bangladesh Rural Electrification Board, House No: 09, 2nd Floor, Kabi Faruk Sarani Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh

Page 29: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

6350/240 VInstrument Transformer, Current, 15 kV, 150/300:5 Ratio

800

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: One-Envelope procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

4. Interested eligible Bidders may obtain further information from The Project Director (email: [email protected]) and inspect the Bidding Documents during office hours 09:00 AM to 17:00 PM (Except Friday & Saturday) at the address given below. Bidding Document is also available at BREB’s website i.e. http://www.reb.gov.bd. However, the web version of the Bidding Document is for information purpose only.

5. A Pre-Bid meeting shall be held at Conference Room of Chief Engineer (Project, 3rd Floor, H/Q Building) on 2 August 2017 at 11:00 hours local time (Local Time: Bangladesh).

6. Only eligible Bidders (either manufacturer or supplier) having the following key qualifications should participate in this bidding:

(i) The Bidder (in case of JV, each partner) shall demonstrate that the goods offered have been in production for at least two years.

(ii) The Bidder shall at least have experience in supplying similar goods having value as described below in one contract, within the last three (3) years:

URIDS(E)-G-11

(a) For Lot 1: No. URIDS(E)-G-11-01: US$ 7.75 Million;

(b) For Lot 2: No. URIDS(E)-G-11-02: US$ 5.26 Million;

URIDS(E)-G-16

(a) For Lot 1: No. URIDS(E)-G-16-01: US$ 5.95 Million;

(b) For Lot 2: No. URIDS(E)-G-16-02: US$ 0.92 Million;

URIDS(E)-G-17

(a) For Lot 1: No. URIDS(E)-G-17-01: US$ 2.63 Million;

(b) For Lot 2: No. URIDS(E)-G-17-02: US$ 0.20 Million;

(iii) The Bidder at the time of bid submission should have at least the amount of liquid asset or working capital or credit facility or their combination mentioned below:

URIDS(E)-G-11

(a) For Lot 1: No. URIDS(E)-G-11-01: US$ 3.62 Million;

(b) For Lot 2: No. URIDS(E)-G-11-02: US$ 2.45 Million;

28

Page 30: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

URIDS(E)-G-16

(a) For Lot 1: No. URIDS(E)-G-16-01: US$ 2.78 Million;

(b) For Lot 2: No. URIDS(E)-G-16-02: US$ 0.42 Million;

URIDS(E)-G-17

(a) For Lot 1: No. URIDS(E)-G-17-01: US$ 1.23 Million;

(b) For Lot 2: No. URIDS(E)-G-17-02: US$ 0.09 Million;

Additional details are provided in the Bidding Documents.

7. To purchase the Bidding Documents in English, eligible Bidders should:

Write to the address below.

Pay a nonrefundable fee of equivalent US$ 50 on or before 23 August 2017, 10:00 a.m. local time (Local Time: Bangladesh). The method of payment will be Bank Draft or Pay Order in favor of Project Director, URIDS(DMCS) Project, Bangladesh Rural Electrification Board, Dhaka.

For overseas delivery, the bidder may obtain the bidding document by instructing any international courier service to collect the same from Office of the Project Director, URIDS; DMCS Project, Bangladesh Rural Electrification Board, House No:09, 2nd Floor, Kabi Faruk Sarani, Nikunja-2, Khilkhet, Dhaka-1229, Bangladesh.

8. Deliver bids:

To the address below:

Project Director, URIDS (DMCS) Project, Bangladesh Rural Electrification Board, House No: 09, 2nd Floor, Kabi Faruk Sarani Nikunja-2, Khilkhet, City: Dhaka-1229, Country: Bangladesh

on or before 23 August 2017 at 12:00 Noon local time (Local Time: Bangladesh).

All bids must be accompanied by a Bid Security in the form and amount as described in the Bidding Document. Bidders participating in multiple Lots shall submit the bid security of each Lot separately. In case, amount is in any currency other than USD, a selling exchange rate issued by Bangladesh Bank, 28 days prior to bid submission shall be used.

Electronic bidding will not be permitted.

Late bids will be rejected.

Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the Brig Gen. Sabihuddin Ahmed Hall (Auditorium), 1st floor, Head Office Building, BREB, Nikunja-2, Khilkhet, Dhaka-1229, Bangladesh on 23 August 2017 at 12:30 p.m. (Local Time: Bangladesh).

9. The Bangladesh Rural Electrification Board will not be responsible for any cost or expenses incurred in connection with the preparation or delivery of Bids.

10. When comparing Bids, ADB’s Domestic Preference Scheme will be applied in accordance with the provisions stipulated in the bidding documents.

29

Page 31: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Dhaka Environmentally Sustainable Water Supply Project: Procurement of Regular Valves (gate valves & non-return valves)

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Dhaka Environmentally Sustainable Water Supply Project. Part of this financing will be used for payments under the contract for named above. This contract will be jointly financed by ADB and the Government of Bangladesh (GoB). The eligibility rules and procedures of the ADB will govern the bidding process. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Dhaka Environmentally Sustainable Water Supply Project (DESWSP) herein referred as “the Purchaser” now invites sealed Bids from eligible Bidders for the “Procurement of Regular Valves and Non-Return Valves” as under for Dhaka WASA under Dhaka Environmentally Sustainable Water Supply Project (DESWSP) of DWASA. The delivery/ completion period is 150 days. Major items of goods: DN 80mm – DN 550mm Gate Valves: 405 Nos. DN 300-450 mm dia Pressure Reducing Valve 23 Nos DN 100 – DN 300 Non Return (Check) Valves: 130 Nos.

3. International competitive bidding will be conducted in accordance with ADB’s SingleStage: Two-Envelope bidding procedure and is open to all Bidders from eligible source countries as described in the bidding document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Average Annual Turnover: The minimum annual average turnover shall be above US$1.15 million (above BDT92.00 million) in last three years.

30

Project ID No. ICB-04.10B

Project Name: Dhaka Environmentally Sustainable Water Supply Project

Country: BangladeshDescription: Procurement of Regular Valves (gate valves & non-return valves)

Funding agency: Asian Development BankLast date of bid submission: 18 August 2017, 2:00 pm (local time)

Address for bid submission: Dhaka Environmentally Sustainable Water Supply Project 98 KaziNazrul Islam Avenue, Kawran Bazar, 9th Floor, WASA Bhaban, Dhaka: 1215. Country: BANGLADESH. Fax & Telephone number: 880-2-8189095 E-mail: [email protected]

Page 32: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Contractual Experience: The Bidder must have successfully completed as a main supplier within the last 5 (five) years, 2 contracts each of similar nature (import / export of goods), value above USD0.42million (above BDT 33.50 million) and complexity.

Technical Experience: Goods offered have been in production for at least 5 (five) years and a minimum of 5 times the scheduled number of units of similar capacity have been sold every year.

Financial Position: As a minimum the bidder must have a positive net worth. The bidder shall submit at least last 3 (three) year’s audited financial statements for this purpose.

5. Interested eligible Bidders may obtain further information from Dhaka Environmentally Sustainable Water Supply Project office and inspect the Bidding Document during office hours at the address given below, from 09:00 to 17:00.

6. The Bidding Document, in the English language, may be purchased by interested Bidders upon submission of a written application to the address below and upon payment of a nonrefundable fee BDT 5000.00 or US$ 75. The method of payment will be Demand Draft or Pay Order in favor of ‘Dhaka Environmentally Sustainable Water Supply Project’. The document can be either:

(a) picked up by the Bidder or its representative from the Purchaser office, or

(b) sent by the Purchaser to the Bidder by mail, and for this purpose, the Bidder is to pay the cost of the mail to the Purchaser. No liability will be accepted for loss or late delivery.

7. The Purchaser will arrange a pre-bid meeting on 16 July 2017 at 10.30 AM. Bidders and their local agents are strongly encouraged to attend the pre-bid meeting. If requested, the Purchaser will issue a letter of invitation to support a visa application on behalf of the bidder up to one week before the pre-bid meeting date. To assist in the planning for the meeting, it is requested that within seven days after purchasing the document the bidders advise the undersigned on the number of people that will be attending.

8. Bids must be delivered to the address below on or before 2:00 pm on 18 August 2017. All Bids must be accompanied by a Bid Security in the amount stated in the bid document. Late bids shall be rejected. Technical Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below at 2:15 pm on same day.

9. For purposes of determining the equivalent of the required amount of the Bid Security in other freely convertible currency, the selling exchange rates published by the Sonali Bank Ltd, Dhaka on the date 28 days prior to the deadline for bid submission shall be applied.

10. The Dhaka Environmentally Sustainable Water Supply Project, Dhaka WASA will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

11. In the comparison of Bids, ADB’s Domestic Preference Scheme will be applied in accordance with the provisions stipulated in the Instructions to Bidders.

Dhaka Environmentally Sustainable Water Supply Project 98 KaziNazrul Islam Avenue, Kawran Bazar, 9th Floor, WASA Bhaban, Dhaka: 1215. Country: BANGLADESH. Fax & Telephone number: 880-2-8189095 E-mail: [email protected]

31

Page 33: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Improvement of Electricity Supply in Arka Area of Batken Region Project: Supply Equipment for 110/35/10 V «RAZZAKOVA»S/S and 110/35/6 V К К«ARKA»S/SProject Profile 

Financing No. KGZ0047 Contract/Bid No. ICB/MC02 

The Government of Kyrgyz Republic has received financing from the Islamic Development Bank (IsDB) toward the cost of the Improvement of electricity supply in the Arka area of Batken region project, and it intends to apply part of the proceeds toward payments under the contract for Electrical Works. The JSC “National Electrical Grid of Kyrgyzstan” now invites sealed bids from eligible bidders for SUPPLY EQUIPMENT FOR 110/35/10 КV «RAZZAKOVA»S/S AND 110/35/6 КV «ARKA»S/S. The design period is 4 months / the delivery period is 6 months / the commissioning period is 14 months. 

Bidding will be conducted through the international competitive bidding procedures, limited to Member Countries as specified in the IsDB’s Guidelines for Procurement of Goods and Works under Islamic Development Bank Financing (current edition), and is open to all eligible bidders as defined in the guidelines. 

Interested eligible bidders may obtain further information and inspect the bidding documents from the JSC “National Electrical Grid of Kyrgyzstan” at the address 326, Jibek-Jolu, Bishkek, 720070, Kyrgyz Republic during office hours 08:00 to 17:00. A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of US$ 250 (two hundred fifty). The method of payment will be transfer. The Bidding Documents will be sent by hand or registered mail to the Executing Agency at the address below. Account details: Name of company: JSC «NEGK» Legal address: Bishkek str. Jibek Jolu, 326 BIC 109018 Bank: Bishkek Central Branch of Optima Bank Bank account: 1091820100040606 SWIFT: ENEJKG22 

All bids must be accompanied by a bid security of US$ 145 000 (One hundred and forty-five thousand) or an equivalent amount in a freely convertible currency, and be delivered to the address below by 02:00 p.m. on September 5, 2017. They will be opened immediately thereafter, in the presence of bidders’ representatives, who choose to attend, at the address below. Late bids will be rejected and returned unopened. 

JCS “National Electrical Grid of Kyrgyzstan” Attn: Mr. Tiumenbaev A.R. – Executive Director 326, Jibek-Jolu, Bishkek, 720070, Kyrgyz Republic Tel: 996 312 66 11 52 Fax: 996 312 66 06 56 E-mail: [email protected] 

32

Page 34: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Greater Colombo Water & Wastewater Management Improvement Investment Program - Tranche 2

Invitation for Bids

1. The Government of the Democratic Socialist Republic of Sri Lanka has received financing from the Asian Development Bank (ADB) toward the cost of Greater Colombo Water & Wastewater Management Improvement Investment Program – Tranche

2. Part of this financing will be used for payments under Contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Chairman, Project Procurement Committee-Major (PPC-Major), on behalf of the National Water Supply and Drainage Board now invites sealed bids from eligible bidders for the Supply of Operational Equipment for Regional Support Center – Western Central. Interested Bidders may bid for either one lot or multiple lots. Separate evaluation and qualification criteria as given in the Bidding Document would be applicable for the multiple lots and single lots.

Lot No. Description

A Construction Equipment Asphalt Cutters (Gasoline) (8 Nos), Concrete/Road Breakers (8 Nos), Plate compactors (Rammer) (8 Nos)

B Vehicles Tipper Trucks (1 Cube) (4 Nos), Crane/Boom Trucks (5 Ton) (1 No)

C Pumps Flexible Shaft Driven Dewatering Pumps (8 Nos)

3. International Competitive Bidding will be conducted in accordance with ADB’s SingleStage: One-Envelope bidding procedure and is open to all bidders from eligible countries as described in the bidding document.

4. To be eligible and qualified for contract award, the successful bidder/s shall fulfil the requirements as detailed in the bidding document.

5. Interested bidders may obtain further information from

33

Project ID No. GCWWMIIP/EQUIP/OPER/ICB/09-01R

Project Name: Greater Colombo Water & Wastewater Management Improvement Investment Program - Tranche 2

Country: Sri LankaDescription: Supply of Operational Equipment for Regional Support Center –

Western CentralFunding agency: Asian Development Bank (ADB)Last date of bid submission: 16 August 2017, 10:00 hours (Local time)

Address for bid submission: Assistant General Manager (Tenders & Contracts), National Water Supply & Drainage Board, Galle Road, Ratmalana”, Sri Lanka

Page 35: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

“Assistant General Manager (Tenders & Contracts),

National Water Supply & Drainage Board,

Galle Road, Ratmalana”

telephone number +94 11-2635885 or +94 11-2638999 Ext. 1750

or facsimile number +94 11-2635885 (E-mail: [email protected])

and bidding documents may be inspected free of charge at the same office.

6. A pre-bid meeting shall take place conducted by the Employer at 10:00 hours on 19 July 2017 at Project Management Unit Office, GCWWMIIP, NWSDB, N0. 65, St. Lawrence Road, Colombo 06. All bidders are strongly advised to attend this pre-bid meeting.

7. Bids shall be valid for a period of 119 days and the bid security shall be valid for a period of 147 days from the date of closing of bids.

8. A complete set of Bidding documents in English language may be purchased by interested bidders upon submission of a written application on a business Letter Head to the “Assistant General Manager (Tenders & Contracts), National Water Supply & Drainage Board, Galle Road, Ratmalana”, and upon the payment of a non-refundable fee of LKR 20,000 plus VAT or US$ 140 in cash or Bank Draft in favour of National Water Supply and Drainage Board from 5 July 2017 until 15 August 2017 during 09:00 hours to 15:00 hours on normal working days. Payment could also be made on Swift Transfer to the following account: Swift Code – BCEYLKLX IBAN – 7010-051-1994324 Bank of Ceylon, Dehiwala Branch, Sri Lanka

9. The Bidding Document may be collected in person at NWSDB’s office or may be sent through registered airmail or by courier service upon request with an additional payment of US$ 175.00. No liability will be accepted for loss or late delivery of the Bidding Document.

10. Completed Bids shall be delivered to the “Assistant General Manager (Tenders & Contracts), National Water Supply & Drainage Board, Galle Road, Ratmalana”, Sri Lanka on or before 10:00 hours on 16 August 2017 together with a Bid Security as per the amount specified in the Bidding Document (Data Sheet).

11. Late Bids shall be rejected. Bids will be opened at the same place on 10:00 hours on 16 August 2017 in the presence of the bidders’ representatives who choose to attend.

12. The National Water Supply and Drainage Board will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids.

34

Page 36: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Invitation for Bids (IFB)

1. The Republic of Uzbekistan has received financing from the Asian Development Bank (ADB) towards the cost of the Northwest Region Power Transmission Line Project and it intends to apply part of the proceeds of this financing to payments for Transmission Line Equipment (Package 2). Bidding is open to Bidders from eligible source countries of ADB.

2. Joint Stock Company (JSC) “Uzbekenergo” (“The Purchaser”) invites sealed bids from eligible Bidders for the following:

Package 2 Lot 1: Galvanized Tower Steel Structures and Accessories

Package 2 Lot 2: Insulators and Hardware

Package 2 Lot 3: Conductors, Cables and OPGW

Package 2 Lot 4: Concrete Foundations and Piles

35

Northwest Region Power Transmission Line Project: Procurement of Goods for Transmission Line Equipment (Package 2)Project ID No. ICB/NWRPTLP-UE/003

Project Name: Northwest Region Power Transmission Line Project

Country: TashkentDescription: Procurement of Goods for Transmission Line Equipment (Package 2)

ContractFunding agency: Asian Development Bank (ADB)Last date of bid submission: 6 September 2017, 10:00 hours (Tashkent time), Wednesday

Address for bid submission: Attention: Mr. Zafarjon Kamolov, Manager, Project Management Unit, JSC “Uzbekenergo” Street address: 6 Istiklol Street Floor/Room number: 423 KDS (КДЦ) City: Tashkent ZIP code: 100 000 Country: Uzbekistan Telephone: + 99871 236 61 60 Fax: + 99871 236 61 60 E-mail address: [email protected] ; [email protected]

Page 37: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

3. One Bidding Document is issued to cover all Lot 1, Lot 2, Lot 3 and Lot 4. Bidders may bid for one or several lots as further defined in the Bidding Document. The Bid for each lot shall be submitted in a separate envelope with its corresponding bid security. One contract will be awarded individually for each lot. Bidder wishing to offer discounts in case they are awarded more than one contract will be allowed to do so provided that those discounts are included in the Letter of Bid.

4. International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single Stage – Two Envelope procedure and is open to all eligible Bidders as described in the Bidding Document.

5. To obtain further information and inspect the Bidding Documents, Bidders should contact:

Attention: Mr. Zafarjon Kamolov, Manager, Project Management Unit, JSC “Uzbekenergo” Street address: 6 Istiklol Street Floor/Room number: 423 KDS (КДЦ) City: Tashkent ZIP code: 100 000 Country: Uzbekistan Telephone: + 99871 236 61 60 Fax: + 99871 236 61 60 E-mail address: [email protected] ; [email protected]

6. Only eligible Bidders with the following key qualifications should participate in this bidding:

a) Sound financial status: Bidders shall submit of audited balance sheets or, if not required by the law of the Bidder’s country, other financial statements, acceptable to the Purchaser, for the last three (3) years to demonstrate the current soundness of the Bidder’s financial position and its long-term profitability. As a minimum, the Bidder’s net worth calculated as the difference between total assets and total liabilities should be positive.

b) Experience, Technical Capacity and Production Capacity Contractual Experience Successful completion as main supplier within the last five (5) years, of at least one (1) contract each valued per lot at least as follows:

Lot 1: US$ 34.0 million

Lot 2: US$ 5.0 million

Lot 3: US$ 13.0 million

Lot 4: US$ 14.0 million

36

Page 38: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

with nature, and complexity similar to the scope of supply described in Section 6 (Schedule of Supply) Technical Experience

i. The Bidder shall demonstrate that the goods offered have been in production for at least five (5) years, and

ii. sold a minimum of units equal to 80% of the supply requirement of similar type and specification over the last three (3) years;

iii. been in operation for a minimum of two (2) years. The above requirements are indicative. Bidders should refer to the Bidding Documents for detailed qualification requirements.

7. A single Bidder can be awarded multiple lots (contracts). The methodology to determine the lowest evaluated price of the contract combinations, including any discounts offered in the Letter of Bid, is specified in the Bidding Document. If a Bidder submits several successful (lowest evaluated substantially responsive) bids, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements of combination of lots as specified in the Bidding Document.

8. To purchase the Bidding Documents in English, eligible Bidders should:

Write to the above address requesting the Bidding Documents for the bid No. ICB/NWRPTLP-UE/003-Procurement of Goods for Transmission Line Equipment Package 2, Lots 1-4 for contract no. ICB/NWRPTLP-UE/003-1: Galvanized Tower Steel Structures and Accessories; ICB/NWRPTLP-UE/003-2: Insulators and Hardware; ICB/NWRPTLP-UE/003-3: Conductors, Cables and OPGW; ICB/NWRPTLP-UE/003-4: Concrete Foundations and Piles

Pay a nonrefundable fee of US$ 200 (exclusive of all applicable bank charges) or an equivalent amount in Uzbek Sums (UZS) at the exchange rate of Central Bank of Uzbekistan on payment date via a bank transfer to JSC “Uzbekenergo” bank account as follows:

JSC “Uzbekenergo” bank details: Account Nos: 20210840700117832004 (USD) 20210000900117832001 (UZS) JSCB “UZPROMSTROYBANK” Shakhrisabz street, 3, Tashkent, 100000 Uzbekistan SWIFT: UJSIUZ22 CHIPS UID: 353886 MFO: 00440 TIN(INN): 200523134 CORRESPONDENT BANK CITIBANK N.A. NEW YORK, USA SWIFT ID: CITIUS 33 ACCOUNT NUMBER 3611-4296

37

Page 39: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

If requested, the Bidding Document may also be sent by courier for an additional fee of US$ 100 deposited to the account above. No liability will be accepted for loss or late delivery of the documents.

9. Deliver bid to the address above on or before 10:00 hours Tashkent time 6 September 2017, Wednesday together with a Bid Security as described in the Bidding Document. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.

10. JSC “Uzbekenergo” will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids.

Power Transmission Investment Program, Tranche 3

Invitation for Bids

1. The Government of the Socialist Republic of Viet Nam has received financing from the Asian Development Bank (ADB) toward the cost of MFF Power Transmission Investment Program Tranche 3, and it intends to apply part of the proceeds of this loan to payments under the contract named above. Bidding is open to all Bidders from eligible source countries of ADB.

2. The Central Vietnam Power Projects Management Board (CPMB) under the authorization of National Power Transmission Corporation (EVNNPT), invites sealed bids from eligible Bidders for the BLTN-G02: Supply and Transportation of Primary Equipment, Conductor, Earth-wire, Insulators, OPGW and Fittings. The complete delivery period is 180 calendar days from the date of contract signing.

3. International competitive bidding (ICB) will be conducted in accordance with the ADB’s Single Stage – One Envelope procedure and is open to all eligible Bidders as described in the Bidding Document.

38

Project ID No. BLTN-G02

Project Name: Power Transmission Investment Program, Tranche 3

Country: VietnamDescription: Supply and Transportation of Primary Equipment, Conductors, Earth-

wires, Insulators, OPGW and FittingsFunding agency: Asian Development Bank (ADB)Last date of bid submission: 23 August 2017, 9:00 hours (Hanoi time)

Address for bid submission: The Central Vietnam Power Project Management Board (CPMB) - Branch of National Power Transmission Corporation (EVNNPT) Attn.: Nguyen Duc Tuyen - Director Address: No. 478 – 2/9 Street, Hai Chau District, Da Nang City – SR.Vietnam Tel. No.: (84-236) 2.221.579 Fax No.: (84-236) 2.220.367 – 3.621.970 Email: [email protected]

Page 40: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Experience: Successful completion within the last five (5) years, of at least either:

One (1) contract valued at least US$ 4,700,000 or equivalent with nature and complexity similar to the scope of supply described in Section 6 (Schedule of Supply); Or

One (1) contract valued at least US$ 1,940,000 or equivalent for supply of primary equipment, insulators, optical ground cable and accessories for 220kV (or above) substation and one (1) contract valued at least US$ 2,760,000 or equivalent for supply of conductor, ground wire for 220kV (or above) transmission line, as similar to the scope of supply described in Section 6 (Schedule of Supply).

Financial: Bidders should have minimum average annual turnover of US$ 11,700,000 calculated as total payments received by the Bidder for contracts completed or under execution over the last three (3) years. The qualification criteria are more completely described in the Bidding Document.

5. Interested eligible Bidders may obtain further information from CPMB and inspect the Bidding Documents at the address given below, beginning 11 July 2017 from 08:00 to 16:00 hours (Hanoi time) from Monday to Friday.

6. The Bidding Documents, in the English, may be purchased by interested Bidders upon submission of a written application to the address below and upon payment of a nonrefundable fee VND 4,500,000 or US$ 200.00. The method of payment will be by cash, cheque or by transfer of funds to the Bank Account No. 56110000001224 for VND or 56110370001316, Swift code: BIDVVNVX561 for US$, at the Bank for Investment and Development of Viet Nam, Da Nang branch. The Bidding Documents will be directly collected at the address below or may be sent through a courier upon Bidder’s written request and upon payment of an additional fee of US$ 50 for overseas delivery, VND 300,000 for domestic. No liability will be accepted for loss or late delivery.

7. Bids must be delivered to the address below at or before 09:00 hours (Hanoi time) on 23 August 2017. All Bids must be accompanied by a Bid Security in the amount as specified in the Bidding Documents. Late bids shall be rejected. Bids will be opened immediately after the deadline for the bid submission in the address below and in the presence of the Bidders’ representatives who choose to attend.

8. The CPMB will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

9. When comparing Bids, ADB’s Domestic Preference Scheme will be applied in accordance with the provisions stipulated in the Bidding Documents.

Address of Purchaser:

The Central Vietnam Power Project Management Board (CPMB) - Branch of National Power Transmission Corporation (EVNNPT) Attn.: Nguyen Duc Tuyen - Director Address: No. 478 – 2/9 Street, Hai Chau District, Da Nang City – SR.Vietnam Tel. No.: (84-236) 2.221.579 Fax No.: (84-236) 2.220.367 – 3.621.970 Email: [email protected]

News Items

39

Page 41: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

ADB grants $220m loan to improve road connectivity in India WCN EDITORIAL TEAM 6 JUL 2017

The Asian Development Bank (ADB) and the Indian government have inked a $220m loan agreement for improving connectivity as well as transport efficiency and safety on state highways of Rajasthan.The loan is the first instalment of the $500m Rajasthan State Highway Investment Programme, which was approved by ADB Board in May 2017 for upgrading approximately 2,000km of highways and major district roads to two-lane or intermediate-lane standards in the state.

ADB said that the first tranche loan will improve almost 1,000km of state highways and major district roads. The loan can be replayed over a period of 25 years, including a grace period of eight years.The total cost of the project is $1.41bn, with the government contributing $465m and $450m is being provided by the private sector and other concessionaries.

ADB country director of India Resident Mission Kenichi Yokoyama said: “One of the focus areas of the program is to attract private sector financing through government capacity building on public private partnership (PPP) development.

“ADB will finance part of the construction costs for the annuity-based PPP concessions and engineering procurement construction (EPC) contracts, enhance the stability of contract regime, and ensure good governance during project implementation.”

Mideast infrastructure spend set to top $280 billion by 2018With the Middle East and North Africa’s infrastructure spend set to top $280 billion by 2018, one of the region’s largest players of people-moving machinery, ETA MELCO, is ramping up its support for mega-projects with a complete digital transformation with SAP. Across the Middle East and North Africa, governments are pouring investment into infrastructure, with regional spend set to reach $281 billion by 2018, according to a recent report by BMI Research. For many of the Middle East’s mega-projects, ETA MELCO supplies, installs and maintains elevators, escalators, and moving walkways that funnel tens of millions of annual visitors and supports economic growth. Supporting Middle East mega-projects, ETA MELCO has undergone an enterprise-wide digital transformation strategy, replacing legacy IT systems with the SAP S/4HANA real-time business suite. 

40

Page 42: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

“ETA MELCO needed real-time visibility and decision-making to gain a competitive edge. With digital transformation based on SAP S/4HANA, we can rapidly expand and exchange best practices in delivering Middle East’s mega-projects to the highest standards of Quality, Safety, and Reliability,” said Abdul Mujeeb, Chief Executive Officer, ETA MELCO. By integrating all business processes and departments on the SAP S/4HANA platform, ETA MELCO has seamless businesses processes and real-time decision-making. As a result, ETA MELCO is driving cost optimization, operational efficiency, and enhanced customer service on their installations. “ETA MELCO’s digital transformation showcases global best practices in co-innovation to drive new digital business models, and business competitiveness. SAP is committed to enabling Middle East mega-projects to have the real-time visibility to maintain their complex infrastructure,” said Tayfun Topkoc, Managing Director for SAP UAE and Oman. As part of ETA MELCO’s goals to enhance its customer and employee “Happiness Index”, the company is working with channel partner Mindtree to deploy applications such as business intelligence, customer service, finance, human resources, payroll, procurement, project systems, and sales. “ETA MELCO needed a scalable business platform to improve customer service levels and implement common business processes across their international locations. Mindtree is proud to have been ETA MELCO’s partner in this journey. It is one of the largest greenfield implementations of SAP S/4HANA in the region,” said Rostow Ravanan, CEO and MD Mindtree Limited. ZawyaJuly 6

41

Page 43: Tenders - Portal For Construction Industry In India | Home ... asia july 2017.docx · Web viewConstruction of new embankment along the right bank of Jamuna River from km 0.00 to km

Global Project News: July’ 2017

Philippines' planning agency approves two railway projects

 WCN EDITORIAL TEAM 30 JUN 2017National Economic Development Authority (NEDA), the Philippines' independent economic development and planning agency, has given the green light to two railway projects of the Department of Transportation (DOTr) in Philippines.

The approved projects include: the second phase of the PNR Manila – Clark Railway Project and first phase of the Mindanao Railway Project.The Manila – Clark phase two will include a 68.7km line from Malolos to New Clark City with seven stations. The project, entailing an investment of PHP211.4bn ($4.2bn), will be financed by the Japan International Cooperation Agency through the Official Development Assistance platform. The project forms part of the 106km PNR North Project that will include 17 stations. Construction work is slated to start in the fourth quarter of 2017.

Phase one of the Mindanao Railway Project will involve the construction of a 102km alignment that will link Tagum, Davao Del Norte – Davao City – Digos, Davao Del Sur. The alignment will include eight stations. The project, estimated to cost PHP35.25bn ($697bn), will commence construction by the third quarter of 2018.

The entire Mindanao Railway System will stretch 1,532km and will link Davao provinces, Iligan, Cagayan de Oro, General Santos, and Zamboanga. 

42