Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of...

26
Global Project News (Asia): January 2018 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: January’ 2018 Vol. 110 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 - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of...

Page 1: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: January’ 2018

Vol. 110

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 - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

INDEX

Tenders

Project Country Dead Line Page no.

Water/ Irrigation

Construction of 2 Nos. Boat Landing Station at Pirojpur Pourashava, Bangladesh

Bangladesh 12 February 2018

2

Pipelaying Works for Five (5) Towns, Cambodia Cambodia 20 February 2018

3

Supply and installation of HDPE pipes and accessories at Loc An and Loc Bon, Vietnam

Vietnam 05 February 2018

5

Khujand Water Supply Improvement Programme (Phase III), Tajikistan

Tajikistan 05 March 2018 7

Jordan Water Photovoltaic Plants for Pumping Stations: Solar Energy 24 MWp Photovoltaic Generation System located in Disi Area

Jordan 20 February 2018

10

Jordan Water Photovoltaic Plants for Pumping Stations: Solar Energy 6MWp Photovoltaic Generation System located in the Zara Ma’in Water Station

Jordan 20 February 2018

11

Social Infrastructure

Second Road Network Development Investment Program - Tranche 1, Azerbaijan

Azerbaijan 02 March 2018 13

Energy

Bozoi Gas Storage Facility, Kazakhstan Kazakhstan 12 March 2018 16

News Items

ADB Approves 3-Year Extension of Water Project in Afghanistan 20

ADB Provides Support for Three Infrastructure Projects in Cambodia 20

1

Page 3: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Tenders

Water

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 the ADB.

2. The Pirojpur Pourashava, District: Pirojpur, ("the Employer") invites online bids/tenders from eligible Bidders for the Construction of 2 Nos. Boat Landing Station at Pirojpur Pourashava, District: Pirojpur ("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 8.00 million.

Average Annual Construction Turnover: minimum BDT 10.00 million over the last 5(five) years Liquid Assets or Credit Facilities: minimum BDT 1.40 million

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) on 12 February 2018 at 14:00 hours Bangladesh Standard Time (BST) and online opening will be done on the same date at 14:00 hours BST.

2

Construction of 2 Nos. Boat Landing Station at Pirojpur Pourashava, BangladeshProject ID No. e-GP/CTEIP/2017-18/PIR/BLSProject Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Construction of 2 Nos. Boat Landing Station at Pirojpur PourashavaFunding agency: Asian Development Bank (ADB)Last date of bid submission: 12 February 2018, 14:00 hours Bangladesh Standard Time

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

Page 4: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

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]

Pipelaying Works for Five (5) Towns, Cambodia

Invitation for Bids

1. The Royal Government of Cambodia (RGC) a loan from the Asian Development Bank (ADB) toward the cost of Urban Water Supply Project, and intends to apply part of the proceeds of this loan to payments under the contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Ministry of Industry and Handicraft (“the Purchaser”) invites sealed bids from eligible Bidders for supply, installation and interconnection of water supply distribution pipes with various diameters in five (5) towns with a total length of 30.5km. The construction period is for three hundred sixty-five (365) days.

3. National Competitive Bidding (NCB) 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. The Bidder shall furnish documentary evidence that it meets the following experience and financial requirements:

• that the Bidder is a registered construction company and have a general construction experience for the last five (5) years

• that the Bidder has satisfactorily completed at least two contracts similar in size and nature as prime contractor in the last five (5) years each with a contract value of not less than 1.05 Million US Dollars. •

3

Project ID No. MIH/UWSP/NCB/C1bProject Name: Urban Water Supply ProjectCountry: CambodiaDescription: Pipelaying Works for Five (5) TownsFunding agency: Asian Development Bank (ADB)Last date of bid submission: 20 February 2018 at 10:00 hours (Cambodia time)

Address for bid submission: Mr. Chen Seng Heang Deputy Director General, Project Manager General Department of Potable Water Supply Ministry of Industry & Handicraft #45 Norodom Blvd., Khan Daun Penh, Phnom Penh, Cambodia

Page 5: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

that the Bidder has minimum average annual volume of construction work over the last three (3) years of 2.25 Million US Dollars

• that the Bidder has proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment as listed in the BDS-ITB 6.3

(d) • that the Bidder has qualified and experienced of construction manager and other key technical personnel as indicated in the ITB 6.3

(e) and BDS-ITB 6.3

(f) • that the Bidder has a sound financial standing through its submission of financial status report such as profit and loss statements and auditor’s reports for the past three (3) years;

• that the Bidder has an adequate working capital for this Contract (availability of liquid assets through access to a line of credit or cash in a bank account) of an amount at least 375,000 US$, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract.

5. Interested eligible Bidders may obtain further information from the Ministry of Industry & Handicraft of the Kingdom of Cambodia, Mr. Chen Seng Heang, Deputy Director General of the General Department of Potable Water Supply, by Telephone: (855) 12 246 789 or e-mail: [email protected] and inspect the Bidding Documents at the address given below from 8:00 to 11:00 hours in the morning and 14:00 to 17:00 hours in the afternoon on all working days from 17 January 2018 to 19 February 2018.

6. A complete set of Bidding Documents in English may be purchased by interested Bidders on the submission of a written application to the address given below and upon payment of a non-refundable fee of USD 100 or its equivalent in Cambodian Riel (KHR) being KHR 410,000.00. The method of payment will be in cash or deposit to Bank Account No. 000000013535 of National Bank of Cambodia. The Bidding Documents may be collected in person or may be sent by email or courier, but the Bidder has to deposit the fee at the above bank account and to pay for courier charge by his/her arrangement as appropriate at the discretion of the Bidder through the same bank account stated above. Other than payment of non-refundable fee, there are no other conditions for the purchase of the Bidding Documents.

7. In case of any difficulty in the purchase of the Bidding Documents, prospective parties may contact in writing the following:

H.E Ek Sonnchan Secretary of State, Project Director Ministry of Industry & Handicraft Tel: (855) 23 213 985, Fax: (855) 23 213 985 Ms. Veng Youim Chief, Office of Multilateral Cooperation 1 Department of Multilateral Cooperation General Department of International Cooperation and Debt Management Ministry of Economy and Finance St. 92 Sangkat Wat Phnom, Khan Daun Penh, Phnom Penh, Cambodia Tel: 023 430 702; Fax: 023 428 424 Mr. Michael E. White ADB Urban Development & Water Division Southeast Asia Department ADB, Manila, Philippines Email: [email protected]

4

Page 6: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

8. Bids must be delivered to the address given below on or before 20 February 2018 at 10:00 hours. Late bids will be rejected. Bids will be opened in the presence of the Bidders' representatives and other interested person who choose to attend in person at the address below at 10:00 hours on 20 February 2018.

9. All bids shall be accompanied by a Bid Security (Bank Guarantee) in the form specified under Sub clause 16.1 of Bid Data Sheet. The address referred to above is as follows:

Mr. Chen Seng Heang Deputy Director General, Project Manager General Department of Potable Water Supply Ministry of Industry & Handicraft #45 Norodom Blvd., Khan Daun Penh, Phnom Penh, Cambodia

Supply and installation of HDPE pipes and accessories at Loc An and Loc Bon, 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 Water Sector Investment Program - Tranche 2. 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. Thua Thien Hue Water Supply Joint Stock Company (HueWACO) represented by PMU for Thua Thien Hue Water Supply Project (“the Employer”) invites sealed bids from eligible bidders for the package HUE-CW06: Supply and installation of HDPE pipes and accessories at Loc An and Loc Bon (the “Works”). The scope of works includes: Supply and installation of HDPE transmission and distribution pipes and accessories with diameters from D40-D315mm with a total length of 344 km at Loc An and Loc Bon water supply areas of Thua Thien Hue Province. Specifically: - D40-160mm: 268.2km. - D225-280mm: 52.6km. - D315mm: 23.1km. Time for Completion: 540 days.

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

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

5

Project ID No. HUE-CW06Project Name: Water Sector Investment Program - Tranche 2Country: VietnamDescription: Supply and installation of HDPE pipes and accessories at Loc An and

Loc BonFunding agency: Asian Development Bank (ADB)Last date of bid submission: 5 February 2018, 09:00 hours (local time)

Address for bid submission: Project Management Unit for Thua Thien Hue Water Supply Project Attention: Mr. Truong Cong Nam – Chairman of the Board Address: 103 Bui Thi Xuan, Phuong Duc Ward, Hue city, Thua Thien Hue Province, Vietnam

Page 7: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Experience criteria: Participation in at least one (1) contract that has been successfully or substantially completed in the last five (5) years that is similar to the proposed works, where the value of the Bidder’s participation exceeds 155,000,000,000 VND (One Hundred Fifty-Five Billion Vietnamese Dong). The similarity of the Bidder’s participation shall be based on the physical size, nature of works (treated water pipelines), complexity, methods, technology, or other characteristics as described in Section 6 (Employer’s Requirements). Such a contract shall include supply, installation of HDPE water pipelines with total length ≥ 25km with diameters ≥ 225mm.

Financial criteria: Minimum average annual construction turnover of 296,000,000,000 VND (Two Hundred and Ninety-Six Billion Vietnamese Dong) calculated as total certified payments received for contracts in progress or completed, within the last three (03) years. The Bidder must demonstrate that its financial resources meet or exceed the total requirement for the Subject Contract of 37,000,000,000 VND (Thirty-Seven Billion Vietnamese Dong). In the case of a Joint venture, all partner combined must meet the requirement, while one partner must meet 40% and each partner must meet 25% of the requirement. 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 at the address given below starting 5 January 2018 until 5 February 2018 during office hours except during Saturday, Sunday and holidays: Project Management Unit for Thua Thien Hue Water Supply Project Address 103 Bui Thi Xuan, Phuong Duc Ward, Hue city, Thua Thien Hue Province, Tel: +84 234 3815555 Fax: +84 234 3826 580 Email: [email protected] Website: www.huewaco.com.vn

6. To purchase a complete set of bidding documents in Vietnamese, interested eligible bidders should:

a) Send official letter to the address above requesting the bidding document for HUECW06

b) Pay a nonrefundable fee of 2,000,000 VND (Two Million Vietnamese Dong) by cash or bank transfer to the bank account below.

Account No: 55110000000370 (in Vietnam Dong currency account)

Name of Bank: The Joint Stock Commercial Bank for Investment and Development of Vietnam, Thua Thien Hue Branch.

Account Name: CONG TY CO PHAN CAP NUOC THUA THIEN HUE

c) The Bidding Document may also be sent though a courier service for an additional fee of 1,000,000 VND (One Million Vietnamese Dong) for delivery. The Employer will assume no liability for loss or late delivery.

7. Deliver bids:

to the address below

Project Management Unit for Thua Thien Hue Water Supply Project Attention: Mr. Truong Cong Nam – Chairman of the Board Address: 103 Bui Thi Xuan, Phuong Duc Ward, Hue city, Thua Thien Hue Province, Vietnam on or before 09:00 hours of 5 February 2018

together with a Bid Security as described in the Bidding Document Late bid shall be rejected. Bids will be publicly opened in the presence of bidders’ representatives who choose to attend.

6

Page 8: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Khujand Water Supply Improvement Programme (Phase III), Tajikistan

This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (www.ebrd.com ) on 22 September 2017 (procurement ref.: 8381-GPN-44753).

The Khujand Water Company (Khujandvodokanal) hereinafter referred to as “the Employer”, intends to use the loan received from the European Bank for Reconstruction and Development (EBRD or the Bank) towards the cost of “Khujand Water Supply Improvement Programme (Phase III)”.

The Employer now invites sealed tenders from contractors for the following contract[s] to be funded from part of the proceeds of the loan and grant:

Rehabilitation of wastewater collectors and pipes

Lot 1    Rehabilitation of small wastewater pumping station in Vodnik

Lot 2    Construction of chambers, pipeline and ancillary accommodation for connection of the existing duker to the Main Wastewater Pumping Station

Lot 3    Rehabilitation of city network wastewater pipes

 Tendering for contracts that are to be financed with the proceeds of a loan from the Bank and grants from SECO is open to firms from any country.

To be qualified for the award of a contract, tenderers must satisfy the following minimum criteria:

Average Annual Turnover

The Tenderer shall have an average annual turnover as prime contractor (defined as billing for works in progress and completed) over the last three years of not less than

-USD 150,000- for Lot 1 equivalent-USD 600,000- for Lot 2 equivalent- USD 1,400,000- for Lot 3 equivalent

For tenderers willing to offer for more than one lot, relevant annual turn-over of respective lots shall be added.

7

Project ID No. 8930-IFT-44753Project Name: Khujand Water Supply Improvement Programme (Phase III)Country: TajikistanDescription: Tender Package No 3: Rehabilitation of wastewater collectors and

pipesFunding agency: EBRDLast date of bid submission: 05 March 2018

Address for bid submission: Akilov IlhomKhujandvodokanal office,27 micro district, Khujand city, Tajikistan, 735700Tel.: +992 92 700 00 95, +992 34 222 47 49Email: [email protected]

Page 9: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Financial Resources

The Tenderer must 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 a period of 4 months, estimated as not less than:

-USD 30,000.- for Lot 1-USD 120,000.- for Lot 2-USD 300,000.- for Lot 3

or equivalent, taking into account the applicant's commitments for other contracts.

For tenderers willing to offer for more than one lot, relevant cash-flow of respective lots shall be added for this contract and its current commitments.

Experience

For all Lots the Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least 2 (two) contracts of a nature and complexity comparable to the proposed contract within the last 5 (five) years (2012 - 2016); in addition, the following specific experience is required:  

For Lot 1

Having experience in city wastewater network, including sewerage network construction and rehabilitation, construction of sewer lines, installation of HDPE and PVC canalizations (including gravity and pressure pipes), building construction, road works and reinstatement of roads after construction.

- Tenderer should additionally demonstrate experience in installation of small wastewater pumps, electromechanical equipment and substation.

For Lot 2

Having experience in wastewater network, including network construction and rehabilitation, construction of canalization channels, installation of  PVC pipelines, installation of electrical water control mechanisms and sub-stations, road works and reinstatement of roads after construction.

- Tenderer should additionally demonstrate experience in installation of electromechanical equipment.

For Lot 3

Having experience in city wastewater network in urban areas and major traffic routes, including sewerage network construction and rehabilitation, construction of sewer lines, installation of HDPE and PVC canalizations (including gravity and pressure pipes), road works and reinstatement of roads after construction and civil construction.

Tenderers willing to offer for more than one lot shall meet combined requirements for turnover, financial resources and experiences.

Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of USD 200.00 or equivalent in a convertible currency. For payments done in TJS, the exchange rate on the date of payment shall apply. The Khujandvodokanal Bank accounts details for payment are as below:

 Beneficiary: State Communal Unitary Enterprise Khujandvodokanal (Tax ID 510001819)BANK DETAILS FOR PAYMENT IN US DOLLARS:

8

Page 10: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Beneficiary Bank: State Saving Bank of Tajikistan “AMONATBONK”, Khujand branchAccount No. (USD) 2020 6840 2180 3422 4000SWIFT: ASSETJ22

Bank Correspondent: Commerzbank AG Frankfurt/MainSWIFT: COBADEFFCorr.Acc. 4008 8655 9400

BANK DETAILS PAYMENT IN TAJIK SOMONI:

Beneficiary Bank: State Saving Bank of Tajikistan “AMONATBONK”, Khujand branchAccount No. (TJS) 2020 2972 8000 3922 4000Loro account: 2040 2972 3162 64MFO: 350 101 626

Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically through email as PDF format. No hard copy will be sent. If tenderer prefer to have hard copy, him/her can collect it from Khujandvodokanal office, which address showed below. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

All tenders must be accompanied by a tender security of

- No tender security - for Lot 1

- USD 4,000 - for Lot 2

- USD 14’000 - for Lot 3

or its equivalent in a convertible currency.

For tenderers willing to offer for more than one lot, Tender security amounts for respective lots shall be added.

Tenders must be delivered to the office at the address below on or before 14.00 hours on 05 March 2018 at which time they will be opened in the presence of those tenderers’ representatives who choose to attend:

State Committee on Investment and State Property Management

27 Shotemur Street, 2nd floorDushanbe, 734025, TajikistanTel: +992 37 2211573, 992 37 2218384

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 also inspect and acquire the tender documents at the following office.

Akilov IlhomKhujandvodokanal office,27 micro district, Khujand city, Tajikistan, 735700Tel.: +992 92 700 00 95, +992 34 222 47 49Email: [email protected]

 

9

Page 11: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Jordan Water Photovoltaic Plants for Pumping Stations: Solar Energy 24 MWp Photovoltaic Generation System located in Disi Area

Solar Energy 24 MWp Photovoltaic Generation System located in Disi Area

This Invitation for Prequalification follows the General Procurement Notice for this project which was published on the EBRD website, Project Procurement Notices (http://www.ebrd.com/work-with-us/procurement.html) on 12 December 2017.

The Water Authority of Jordan (WAJ), hereinafter referred to as “the Client”, intends using part of the proceeds of a grant from the European Union Delegation to Jordan (hereinafter called the EU Delegation) administered by European Bank for Reconstruction and Development, (hereinafter referred to as “the Bank”) towards the cost of “Jordan Water Framework Photovoltaic Plants (PV) for Pumping Station”.

The Client intends prequalifying firms and consortia to tender for the following contract, hereinafter referred to as “the Contract”, to be funded from part of the proceeds of the grant:

Solar Energy 24 MWp Photovoltaic Generation System located in Disi Area”.- the Contract includes design, build, operation and maintenance of a 24MWp photovoltaic power generation system, the time for completion of the works is 12 months, followed by 60 months of operation and maintenance period.

Prequalification and tendering for contracts to be financed with the proceeds of a grant from EU Delegation administered by the European Bank for Reconstruction and Development. The procedure is open to firms and joint ventures of firms from any country.

The interested Applicants shall meet the minimum criteria of having an average annual turnover as a contractor over the last 5 years of Jordanian Dinars (“JD”) 40,000,000 equivalent with a specific successful experience as a main contractor in the execution of at least 2 contracts of a similar nature of works and magnitude comparable to the proposed contract (not less than the equivalent of 12,000,000 JD per contract) within the last 5 years.

Prequalification documents may be obtained at the website of the Employer http://www.waj.gov.jo/sites/en-us/Lists/Tenders/AllItems.aspx without cost or payment of the non-refundable fee required. A complete set of Documents in English may be downloaded upon registration of the interested Tenderer.

The prequalification documents must be duly completed and delivered to the address below, on or before 20 February, 2018 at 12:00 noon Amman time. Documents which are received late may be rejected and returned unopened.

10

Project ID No. 8925-PRE-47762Project Name: Jordan Water Photovoltaic Plants for Pumping StationsCountry: JordanDescription: Solar Energy 24 MWp Photovoltaic Generation System located in Disi

AreaFunding agency: EBRDLast date of bid submission: 20 February 2018

Address for bid submission: Eng. Asma [email protected] Department, Water Authority of JordanSixth Floor, Jaber Bin Hayan Street, No 45Shmeisani, Amman 11181 Hashemite Kingdom of Jordan

Page 12: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Interested firms may obtain further information from, and inspect and acquire the prequalification documents at the following office:

Eng. Asma [email protected] Department, Water Authority of JordanSixth Floor, Jaber Bin Hayan Street, No 45Shmeisani, Amman 11181 Hashemite Kingdom of Jordan

Jordan Water Photovoltaic Plants for Pumping Stations: Solar Energy 6MWp Photovoltaic Generation System located in the Zara Ma’in Water Station

Solar Energy 6MWp Photovoltaic Generation System located in the Zara Ma’in Water Station

This Invitation for Prequalification follows the General Procurement Notice for this project which was published on the EBRD website, Project Procurement Notices (http://www.ebrd.com/work-with-us/procurement.html) on 12 December 2017.

The Water Authority of Jordan (WAJ), hereinafter referred to as “the Client”, intends using part of the proceeds of a grant from the European Union Delegation to Jordan (hereinafter called the EU Delegation) administered by European Bank for Reconstruction and Development, (hereinafter referred to as “the Bank”) towards the cost of “Jordan Water Framework Photovoltaic Plants (PV) for Pumping Station”.

The Client intends prequalifying firms and consortia to tender for the following contract, hereinafter referred to as “the Contract”, to be funded from part of the proceeds of the grant:

Solar Energy 6MWp Photovoltaic Generation System located in the Zara Ma’in Water Station - the Contract includes design, build, operation and maintenance of a 6MWp photovoltaic power generation system, the time for completion of the works is 8 months, followed by 60 months of operation and maintenance period.

Prequalification and tendering for contracts to be financed with the proceeds of a grant from EU Delegation administered by the European Bank for Reconstruction and Development. The procedure is open to firms and joint ventures of firms from any country.

The applicants shall meet the minimum criteria of having an average annual turnover as a contractor over the last 5 years of Jordanian Dinars (“JD”) 8,000,000 equivalent with a specific successful experience as a main contractor in the execution of at least 2 contracts of a similar nature of works

11

Project ID No. 8926-PRE-47762Project Name: Jordan Water Photovoltaic Plants for Pumping StationsCountry: JordanDescription: Solar Energy 6MWp Photovoltaic Generation System located in the

Zara Ma’in Water StationFunding agency: EBRDLast date of bid submission: 20 February 2018

Address for bid submission: Eng. Asma [email protected] Department, Water Authority of JordanSixth Floor, Jaber Bin Hayan Street, No 45Shmeisani, Amman 11181 Hashemite Kingdom of Jordan

Page 13: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

and magnitude comparable to the proposed contract (not less than the equivalent of 4,000,000 JD per contract) within the last 3 years.

Prequalification documents may be obtained at the website of the Employer http://www.waj.gov.jo/sites/en-us/Lists/Tenders/AllItems.aspx without cost or payment of the non-refundable fee required. A complete set of Documents in English may be downloaded upon registration of the interested Tenderer.

The prequalification documents must be duly completed and delivered to the address below, on or before 20 February, 2018 at 12:00 noon Amman time. Documents which are received late may be rejected and returned unopened.

Interested firms may obtain further information from, and inspect and acquire the prequalification documents at the following office:

Eng. Asma [email protected] Department, Water Authority of JordanSixth Floor, Jaber Bin Hayan Street, No 45Shmeisani, Amman 11181 Hashemite Kingdom of Jordan

12

Page 14: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Social Infrastructure

Second Road Network Development Investment Program - Tranche 1, Azerbaijan

Invitation for Bids

1. The Republic of Azerbaijan has received financing from the Asian Development Bank (ADB) toward the cost of Second Road Network Development Investment Program - Tranche 1. Part of this financing will be used for payments under the Contracts named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The State Agency of Azerbaijan Automobile Roads (“the Employer”) invites sealed bids from eligible Bidders for the Reconstruction of:

Lot 1: Ujar-Zardab section of R-32 Road (km 0.00 to km 37.00), construction of 37.0 km of Category II road including 5 bridges,

Lot 2: Zardab-Agjabadi section of R-32 Road (km 37.00 to km 70.5), construction of 33.5 Km of Category II road including 2 bridges.

The Works under each lot are the following:

Lot 1: Ujar-Zardab section of R-32 Road (km 0.00 to km 37.00) Construction of 37 km of Category II road and principal quantities involved are:

800,724 m3 of earthworks;

57,509 m3 of crushed stone base;

56,593 m3 of bituminous road base;

25,983 m3 of asphalt binder course;

13

Project ID No. 01/2018/AZEProject Name: Second Road Network Development Investment Program - Tranche 1Country: AzerbaijanDescription: Reconstruction of Lot 1: Ujar-Zardab section of R-32 Road (km 0.00

to km 37.00) Lot 2: Zardab-Agjabadi section of R-32 Road (km 37.00 to km 70.5)

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 2 March 2018, 17:00 hours (local time)

Address for bid submission: Employer: State Agency of Azerbaijan Automobile Roads Attention: Mr. Jeyhun Yusifov, PIU4 Director Address: Block 2025, R. Ismayilovstr, Bilajari settlement, Binaqadi district, City: Baku Postal Code: AZ1117 Country: Azerbaijan Phone number: (+994 12) 5997982 Electronic mail address: [email protected]; copy to [email protected]

Page 15: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

18,865 m3 of asphalt wearing course;

725 m of pipe culvert in different diameters;

320 m of box culverts in different sizes;

two 3-span bridges, of total length 100 m each;

one 2-span bridge, of total length 67 m;

two 1 span bridges of length 20m & 30 m Lot 2: Zardab-Agjabadi section of R32 Road (km 37.00 to km 70.5) Construction of 33.5 Km of Category II road and principal quantities involved are;

796,835 m3 of earthworks;

59,997 m3 of crushed stone base;

59,307 m3 of bituminous road base;

27,354 m3 of asphalt binder course;

19,769 m3 of asphalt wearing course;

500 m of pipe culvert in different diameters;

200 m of box culverts in different sizes;

one 2-span bridge, total length 67 m each;

one 4-span bridge across Kura river total length 176 m;

3. Bidders may bid for one or both contracts, as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so provided 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 bidding procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

5. Only eligible bidders with the following key qualifications should participate in this bidding in accordance with the following evaluation criteria:

a) The bidder must have a minimum average annual construction turnover over the last three years of more than 30 Million USD for Lot 1, and of more than 31 Million USD for Lot 2. In case of Joint Ventures, for each lot, one JV partner must exceed 50 % of these values and all other JV partners must exceed 30 % of the same values;

b) The Bidder must demonstrate that its financial resources less its financial obligations for its current contract commitments exceed 5.0 Million USD for Lot 1 and 5.0 Million USD for Lot 2. In case of Joint Ventures,

(i) the combined financial resources of all JV partners less their combined financial for all their current contract commitments must in total exceed these requirements (5.0 Million USD),

(ii) one JV partner must exceed 2.5 Million USD as for its financial resources for Lot 1, 2.5 Million USD for Lot 2 and

14

Page 16: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

(iii) all other JV partners must exceed 1.5 Million USD financial resources for Lot 1 and above 1.5 Million USD for Lot 2;

c) The bidder must prove that he has the experience of at least 2 road and bridge construction projects with a contract value above 24 Million USD completed within in the last 5 years for Lot 1, and above 25 Million USD for Lot 2;

d) The bidder must prove that for the two similar or other projects completed over the last (3) three years he has a minimum construction experience in the following activities:

Lot 1:

(a) Construction of an asphalt concrete road of at least 40 km (at least two lanes),

(b) Construction of concrete bridges with minimum total length of 70 m on pile foundation including at least one bridge of minimum span length of 30 m.

Lot 2:

(a) Construction of an asphalt concrete road of at least 35 km (at least two lanes),

b) Construction of concrete bridges with minimum total length of 100 m on pile foundation including at least one bridge of minimum span length 40 m.

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

Employer: State Agency of Azerbaijan Automobile Roads Attention: Mr. Jeyhun Yusifov, PIU4 Director Address: Block 2025, R. Ismayilovstr, Bilajari settlement, Binaqadi district, City: Baku Postal Code: AZ1117 Country: Azerbaijan Phone number: (+994 12) 5997982 Electronic mail address: [email protected]; copy to [email protected]

7. To purchase the Bidding Documents in the English language, eligible bidders should Write to the address above requesting the Bidding Documents for Contract No.

01/2018/AZE, Reconstruction of Lot 1: Ujar-Zardab Section of R-32 Road (km 0.00 to km 37.00) Lot 2: Zardab-Agjabadi Section of R-32 Road (km 37.00 to km 70.5).

Pay a nonrefundable fee of 500 AZN (Five Hundred Azerbaijan New Manat) or USD 300 (Three Hundred US Dollars) by cash or direct deposit to the bank account details below: Beneficiary: State Agency of Azerbaijan Automobile Roads, ID No.: 9900013141 Bank: Azerbaijan International Bank, “Nagliyyat” Branch SWIFT: IBAZAZ2X Account Number: AZ21IBAZ38050019449345490205 AZN AZ11IBAZ38150018409345490205 USD Bank Identification Number: 9900001881 The documents may be collected in person or may be sent by express airmail for an additional fee for domestic or overseas delivery (cost depends on weight and distance). No liability will be accepted for loss in transit or late delivery.

8. Deliver your bid

To the address above On or before the deadline: 2 March 2018 at 17:00 hours (local time) Together with a Bid Security as described in the bidding Document.

15

Page 17: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Technical Bids will be opened on 2 March 2018 at 17:00 hours (local time) in the presence of Bidders’ representatives or their authorized representatives who choose to attend. Late Bids will be rejected. The Financial Bids of only Technically Responsive and Qualified Bidders shall be opened after technical bids evaluation, whereas, the financial bids of those bidders whose technical bids are not responsive and qualified shall be returned unopened.

Energy

Bozoi Gas Storage Facility, Kazakhstan

Bozoi Gas Storage Facility

Intergas Central Asia JSC,Increasing storage capacity in UGS BozoiBozoi Gas Storage Facility

This Invitation for Tenders follows the General Procurement Notice for this project which was published on EBRD website (www.ebrd.com), Procurement Notices on 11 April 2016, ref. Nr. 8231-GPN-48356 und updated on 23 August 2017 ref. No. 8805-GPN-48356.

Intergas Central Asia JSC (the Employer) has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Bozoi Gas Storage Facilities Project (the Project).

The Employer now invites sealed tenders from contractors for the following contracts to be funded from part of the proceeds of the Project:

Package 1: Underground Gas Storage Facility Bozoi, including:

Lot 1.      UGS Bozoi, section Zhamankoyankulak. Reconstruction of gas gathering stations GS- 2, 3, 5, 7 with replacement of obsolete and depreciated separators, shut-down valves and intrafield gathering piping;

16

Project ID No. 8923-IFT-48356Project Name: Bozoi Gas Storage FacilityCountry: KazakhstanDescription: Increasing storage capacity in UGS BozoiFunding agency: EBRDLast date of bid submission: 12 March 2018

Address for bid submission: Executing agency:      Intergas Central Asia JSCContact name:            Umarova Marzhan – Deputy Director of Procurement Department of JSC KazTransGaz – Organizer of the Employer’s procurementAddress:                    Street 36, Building 11, Yesil district, Astana, 010000, Republic of KazakhstanPhone:                     +7 (7172) 927202 (for calls in Russian); +7 (7172) 927215 (for calls in English)Facsimile:                  +7 (7172) 927028E-mail:                       [email protected]

Page 18: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Lot 2.      UGS Bozoi, section Zhaksykoyankulak. Reconstruction of gas gathering station  GS-4 with replacement of obsolete and depreciated separators, shut-down valves and intrafield gathering piping.   New construction of gas gathering stations GS-1 and GS-6.

The tenderers are invited to submit tenders for one or several lots. Tender price for each lot shall be stated separately. Tenders can include discounts for contract award for two or several lots and these discounts shall be considered in comparison of tenders.

The contracts include development of executive design documentation (including obtaining of all corresponding approvals and examinations), preparation works, supply of required equipment and materials, provision of dismantling, installation, repair, construction, adjustments and pre-commissioning works and related services, tests, commissioning and operational acceptance of the Facilities stipulated in the contracts in accordance with the approved design documentation. The completion time under the contracts from the date of Commencement is as follows:

 Lot 1 – 17 (seventeen) months

 Lot 2 – 28 (twenty eight) months

Technical requirements to the Facilities under the contracts and to the works for their construction as well as the addresses for deliveries and installation / construction works are provided in the tender documents.

To be qualified for the award of the contract, Tenderers must satisfy the following minimum criteria:

(a)   tenderer shall have all required licenses and permits to perform the contract in Republic of Kazakhstan;

(b)   tenderer shall have the average annual turnover for last 3 years as equivalent to at least the following sum for a corresponding lot:

Lot 1:      19.000.000 US dollars

Lot 2:      23.000.000 US dollars

(c)   tenderer shall demonstrate that he could provide cash flow for the contract in the amount of not less than the following sum for a corresponding lot for a period of 5 months:

Lot 1:        5.000.000 US dollars

Lot 2:        6.000.000 US dollars

(d)   tenderer must have successful experience as general contractor in implementation of at least two of a nature and complexity comparable to the proposed contract within the past 5 years with value of each contract over the following sum for a corresponding lot:

Lot 1:      11.000.000 US dollars

Lot 2:      20.000.000 US dollars

 (e)  tenderer shall provide accurate information on any current or past litigation or arbitration resulting from his existing contracts over the last 5 (five) years. A consistent history of awards against the tenderer or any partner of a joint venture or consortia may result in rejection of the tenderer’s tender;

(f)    tenderer shall be capable of the fulfilment of commitments regarding maintenance, the repair and supply of spare parts, provided in the tender documents;

17

Page 19: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

(g)   tenderer shall be certified for quality management system (ISO 9000 or equivalent) or should present his quality assurance plan;

(h)   manufacturer(s) of goods proposed by the tenderer in the tender proposal must have a certificate of quality management system (ISO 9000, or its equivalent);

(i)    tenderer shall meet the other requirements, provided in the tender documents.

In the case of submitting competitive bids for more than one Lot, the minimum criteria for the participants are as follows:

- Criteria (a), (e), (f), (g), (h) and (i) are unchanged;  - Criteria (b) and (d) are taken at the maximum value  - Criterion (c) is summarized by Lots

Joint ventures or consortia must satisfy collectively the criteria for financial position (b and c), successful experience (d) stated above and other requirements stated in the tender documents, for which purpose the relevant figures for each member of joint venture or consortium shall be added to achieve the joint venture’s or consortia’s total capacity. Each joint venture or consortium member shall meet the requirements for eligibility and trials.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is subject to the Bank's Procurement Policies and Rules and is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or 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.

Tender documents may be obtained from the address below upon payment of a non-refundable fee of 200 USD (two hundred US dollars), including VAT, or equivalent in Kazakhstan Tenge or in Russian Rubble at the exchange rate of National Bank of Kazakhstan on the date of payment.

Payment of a non-refundable fee in KZT is to be made by bank transfer to:

Beneficiary Bank: JSC “Citibank of Kazakhstan”SWIFT: CITIKZKABeneficiary: Intergas Central Asia JSCAccount Nr.: KZ3383201T0250025009БИН 970 740 000 392КБе 17

Payment of a non-refundable fee in USD is to be made by bank transfer to:

Beneficiary Bank: JSC “Citibank of Kazakhstan”SWIFT: CITIKZKABeneficiary: Intergas Central Asia JSCAccount Nr.: KZ3383201D0250025017БИН 970 740 000 392КБе 17

Payment of a non-refundable fee in RUB is to be made by bank transfer to:

Beneficiary Bank: JSC “Citibank of Kazakhstan”SWIFT: CITIKZKABeneficiary: Intergas Central Asia JSCAccount Nr.: KZ3883201B0250025122БИН 970 740 000 392КБе 17

18

Page 20: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Upon receiving appropriate evidence of payment of the non-refundable fee, the tender documents may be collected from the Employer’s office at the address given below or the documents will be promptly dispatched by courier or by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

All tenders must be accompanied by a Tender Security in the following amount in US dollars or its equivalent in EUR, Kazakhstan Tenge or in Russian Rubble:

Lot 1:           380.000 US dollarsLot 2:           700.000 US dollars

The tenders must be delivered to the address below on or before 12 March 2017, 12:00 Astana time, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.

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

Executing agency:      Intergas Central Asia JSCContact name:            Umarova Marzhan – Deputy Director of Procurement Department of JSC KazTransGaz – Organizer of the Employer’s procurementAddress:                    Street 36, Building 11, Yesil district, Astana, 010000, Republic of KazakhstanPhone:                     +7 (7172) 927202 (for calls in Russian); +7 (7172) 927215 (for calls in English)Facsimile:                  +7 (7172) 927028E-mail:                       [email protected]

19

Page 21: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

News Items

ADB Approves 3-Year Extension of Water Project in Afghanistan

News from Country Offices | 16 January 2018 

KABUL, AFGHANISTAN (16 January 2018) — The Asian Development Bank’s (ADB) Board of Directors has approved the 3-year extension of the availability period of the multitranche financing facility (MFF), approved in 2009, for the Water Resources Development Investment Program aimed to improve agricultural productivity in Afghanistan.

The 3-year extension, which will run from 22 September 2019 to 21 September 2022, will allow the project under the MFF’s second tranche to be completed. The project’s second tranche was approved in October 2013 and is comprised of a $100 million grant. The project will rehabilitate and improve the main irrigation canals and associated intake structures in two irrigation zones of the Lower Kokcha Irrigation System.

The MFF’s outputs also include development of new irrigation, flood management, and water resources infrastructures; improvements of related institutional frameworks and policies; and strengthening of relevant agencies’ capacity.

ADB, based in Manila, is dedicated to reducing poverty in Asia and the Pacific through inclusive economic growth, environmentally sustainable growth, and regional integration. Established in 1966, it is owned by 67 members—48 from the region.

ADB Provides Support for Three Infrastructure Projects in Cambodia

News from Country Offices | 9 January 2018 

PHNOM PENH, CAMBODIA (9 January 2018) — The Asian Development Bank (ADB) today signed three project loan agreements with the Government of Cambodia to provide support for road network improvement, provincial water supply and sanitation, and smallholder farmers development in Tonle Sap.

The loan agreements were signed by Aun Pornmoniroth, Senior Minister, Ministry of Economy and Finance of Cambodia, and Samiuela Tukuafu, ADB Country Director for Cambodia.

The $70 million Road Network Improvement Project will improve 147-kilometer of road for all-weather conditions within the provinces of Prey Veng, Siem Reap, and Svay Rieng. The project will support national efforts to make the transport sector more efficient, safe, and disaster-resilient and further enhance the capacity of the Ministry of Public Works and Transport to better manage road assets through improved planning of operations and maintenance. Peoples’ awareness and observation of road safety and regulations is expected to improve.

The Provincial Water Supply and Sanitation Project will help expand and improve urban water supply and sanitation services and will benefit more than 209,000 people in Battambang, Kampong Cham, Siem Reap, and Sihanoukville. It will include the construction of water and waste water treatment plants, piped water connections, and sewer pipelines. The $50 million loan from ADB will be complemented with a $10 million grant from the Japan Fund for the Joint Crediting Mechanism, funded by the Government of Japan, a €40 million ($43.5 million) loan cofinancing from Agence Française de Développement, and a €4.67 million ($5.09 million) grant from the European Union’s Asia Investment Facility. The Government of Cambodia will contribute $10.54 million.

ADB’s additional financing for the Tonle Sap Poverty Reduction and Smallholder Development Project will further improve agriculture productivity and diversify Tonle Sap Basin’s economy to benefit smallholder farmers in Banteay Meanchey, Kampong Cham, Kampong Thom, Siem Reap, and Tboung

20

Page 22: Tenders - Project Exports asia jan 2018.docx · Web viewUpon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by electronically

Global Project News (Asia): January 2018

Khmum. The additional funds will also include development initiatives that reflect the needs of local communities and address issues of low productivity, weak value chains, and high vulnerability to climate change. ADB will provide $50 million for the project, along with a $10 million concessional loan from the International Fund for Agricultural Development, and $6 million equivalent from the Government of Cambodia.

ADB, based in Manila, is dedicated to reducing poverty in Asia and the Pacific through inclusive economic growth, environmentally sustainable growth, and regional integration. Established in 1966, it is owned by 67 members—48 from the region.

21