tendersprojectexports.com/app/webroot/uploads/gpn asia april... · web viewvol. 116 focus market by...

24
Global Project News (Asia): April’ 2018 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: April’ 2018 Vol. 116 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

Upload: haxuyen

Post on 19-Mar-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Global Project News (Asia): April’ 2018

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: April’ 2018

Vol. 116

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

Global Project News (Asia): April’ 2018

INDEX

Tenders

Project Country Dead Line Page no.

Water/ Irrigation

Construction of One (01) No Boat Landing station with approach road at Kalapara Pourashava, District: Patuakhali Deadline for Submission of Bids (e-Tender)

Bangladesh 06 May 2018 2

Construction of Pipe Network Contract 6 Sewage and Rainwater Pipelines, China

China 08 May 2018 3

Semey Water: Rehabilitation and modernisation of the water and wastewater systems in the City

Kazakhstan 10 April 2019 6

Social Infrastructure

Construction of Integrated Landfill and Resource Recovery Facility at Barguna Pourashava, District: Barguna, Bangladesh

Bangladesh 09 May 2018 7

North Tajik Water II Rehabilitation Project Tajakistan 11 April 2019 8

Energy

Design, Supply, and Installation of EMS and BESS of PV Diesel Hybrid System in Addu City of Maldives

Maldives 17 May 2018 10

Irrigation Management Improvement Project: (A) Construction of 1X10/14 MVA, 33/11 KVA Indoor Type Sub-Station; (B) Upgrading of Electrical Distribution (HT, LT Over Head Line), Bangladesh

Bangladesh 14 May 2018 11

Kostanay District Heating Kazakhstan 06 June 2018 13

News Items

India-Nepal Statement on New Connectivity through Inland Waterways 16India-Nepal Statement on Expanding Rail Linkages: Connecting Raxaul in India to Kathmandu in Nepal 16Capacity Development Resource Centre (CDRC) in India:Proposed 2018 CDRC Training Calendar 17

1

Global Project News (Asia): April’ 2018

Tenders

Water

Construction of One (01) No Boat Landing station with approach road at Kalapara Pourashava, District: Patuakhali Deadline for Submission of Bids (e-Tender)

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 the ADB.

2. The Kalapara Pourashava, District: Patuakhali, ("the Employer") invites online bids/tenders from eligible bidders for the Construction of One (01) No Boat Landing station with approach road at Kalapara Pourashava, District: Patuakhali ("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 5.00 million.

Average Annual Construction Turnover: minimum BDT 6.00 million over the last 5 (five) years

Liquid Assets or Credit Facilities: minimum BDT 0.80 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.

2

Project ID No. e-GP/CTEIP/2017-18/KAL/BLS-01Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Construction of One (01) No Boat Landing station with approach road

at Kalapara Pourashava, District: Patuakhali Deadline for Submission of Bids (e-Tender)

Funding agency: Asian Development BankLast date of bid submission: 6 May 2018, 14:00 hours (Bangladesh Standard Time)

Address for bid submission: e-tender

Global Project News (Asia): April’ 2018

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 on 6 May 2018, 14:00 hours Bangladesh Standard Time (BST), and online opening will be done on the same date at 14:00 hours BST.

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 (In Charge) Kalapara Pourashava, Patuakhali Telephone: +880 04425 56531 Fax: +880 04425 56037 Email: [email protected]

Construction of Pipe Network Contract 6 Sewage and Rainwater Pipelines, China

Invitation for Bids

1. The People’s Republic of China has received a loan from the Asian Development Bank (ADB) toward the cost of Hai River Estuary Area Pollution Control and Ecosystem Rehabilitation Project, and it intends to apply part of the proceeds of this loan to payment under the contract named above. Bidding is open to bidders from eligible source countries of ADB.

2. The Tianjin Lingang Construction and Development Co., Ltd. (the Employer) invites sealed bids from all eligible Bidders for the construction of Pipe Network Contract 6 Sewage and Rainwater Pipelines, which is located at:

• Bohai No. 18 West Road (from Xianjing Road to Ruilijiang Road)

• Bohai No. 23 Road (from Zhujiang Road to Ruilijiang Road)

3

Project ID No. WW-CW-09; IFB No.: 0703-1720CIC5Y097Project Name: Hai River Estuary Area Pollution Control and Ecosystem Rehabilitation

ProjectCountry: ChinaDescription: Pipe Network Contract 6 Sewage and Rainwater PipelinesFunding agency: Asian Development Bank (ADB)Last date of bid submission: 9:30 hours (Beijing Time) on 8 May 2018

Address for bid submission: Bid Opening Room of Construction Management Service Center Address: No.1988 Yiwan Square, Bohai 12th Road, Lingang Economic Area, Tianjin Attention: Mr. Hu Shiyong Tel: +086 22 66619562 Fax: +086 22 65266918

Global Project News (Asia): April’ 2018

• Bohai 33 Road (from Huanghe Road to Changjiang Road)

• Bohai 35 Road (from Huanghe Road to ChangjiangRoad)

• Bohai 56 Road (from Huanghe Road to Huaihe East Road)

• Huaihe East Road (from Bohai 51 Road to Bohai 60 Road)

• Jialingjiang Road (from Bohai No.18 Road to Bohai 23 Road)

• Huangpujiang Road (from Bohai No.17 Road to Bohai No.18 Road)

• Side Rd of Jinjin South Road (from Bohai No.10 Road to Bohai No.18 Road) of the Harbor Industrial Park The scheduled construction period shall be twelve (12) months from signature of the Contract.

3. National Competitive Bidding (NCB) 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. Only eligible Bidders with the following key qualifications should participate in this bidding:

• Minimum average annual turnover of CNY 207.9 million, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years (2015-2017).

• The Bidder shall demonstrate access to, or availability of, financial resources such as liquid assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (i) the following cash-flow requirement of CNY 20.79 million and (ii) the overall cash flow requirements for this contract and its concurrent commitments.

• Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the bid submission deadline.

• Participation as contractor, management contractor, or subcontractor, in at least two (2) contracts within the last five (5) years (2013-2017), each with a value of at least CNY 96 million, that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as the contract.

• The domestic Bidders and the domestic Bidders who associate with foreign Bidders as Joint Ventures should have the Certificate of Municipal Public Engineering (Grade II or above) of General Contractors issued by the Ministry of Housing and Urban-Rural Development of the People’s Republic of China (MOHURD); the safety production license should be provided. Foreign bidders shall have an equivalent certificate issued by their country of incorporation. Additional details are provided in the Bidding Documents.

5. Interested eligible Bidders may obtain further information and inspect the Bidding Document from the Procurement Agent’s office at the address given below from 8 April 2018 during working hours from 8:30-11:00 hours in the morning and 13:30-16:30 hours in the afternoon excluding weekends and holidays until before 9:30 hours on 8 May 2018.

6. The attention of prospective Bidders is drawn to the eligibility and conflict of interest provisions under ITB 4 of the Bidding Documents. All Bidders found to have a conflict of interest shall be disqualified.

7. A complete set of Bidding Documents in Chinese may be purchased by interested Bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee

4

Global Project News (Asia): April’ 2018

CNY1500 (or USD 250). The method of payment will be by cash, cashier check or direct deposit/bank transfer to the following account:

Name of account: Instrimpex International Tendering

Company Account: Head Office of Bank of China Branch

A/C: 778350008768.

The document may be sent by courier services upon payment of an additional fee based on the mail cost.

8. Bids must be delivered to the address below at or before 9:30 hours (Beijing Time) on 8 May 2018. Late bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives who choose to attend in person at the address below at 9:30 hours (Beijing Time) on 8 May 2018. All bids must be accompanied by a bid security corresponding with the requirement of Bidding Documents.

9. Any question or complaint regarding the bidding process or contract award should be sent in writing to the Employer at e-mail account [email protected]. Bidders are free to send copies of their communications on issues and questions to the institution named in the BDS at e-mail account [email protected]. When the Employer does not respond promptly, or the communication is a complaint against the Employer, the Bidders can also write to such institution directly.

10. The addresses referred to above are as follows:

The Employer: Tianjin Lingang Construction and Development Co.,Ltd.

Address: 9th Floor, Lingang Shangwu Building, Bohai 12 South Road, Lingang Economic Area, Tianjin, China Attention: Mr. Hu Shiyong

Tel: +086 22 66619562 Fax: +086 22 65266918 Email: [email protected] The Procurement Agent: Instrimpex International Tendering Company Address: 15th Floor, 90 Xisanhuan Zhonglu, Bejing, China Attention: Mr. Geng Yi Tel: 010-63348626 Fax: 010-63373575 Email: [email protected]

Place of bid submission and opening:

Bid Opening Room of Construction Management Service Center Address: No.1988 Yiwan Square, Bohai 12th Road, Lingang Economic Area, Tianjin Attention: Mr. Hu Shiyong Tel: +086 22 66619562 Fax: +086 22 65266918

5

Global Project News (Asia): April’ 2018

Semey Water: Rehabilitation and modernisation of the water and wastewater systems in the City

This General Procurement Notice updates the original GPN 8072-GPN-47458, which was published in Procurement Opportunities on 17 November 2015 and updated on 28 April 2017.

GKP Semey Vodokanal (the “Company”), the municipal water and wastewater utility of the city of Semey (the “City”), wholly owned by the Akimat has applied for the loan from the European Bank for Reconstruction and Development (the Bank) to support rehabilitation and modernisation of the water and wastewater systems in the City.

The proposed project has a total estimated cost of EUR 8.4 million and will require procurement of the following goods, works and services:

Reconstruction of chlorination units Reconstruction of water supply and wastewater networks and one wastewater pumping station Block water meters and testing bench Specialised vehicles Maintenance, leak detection, CCTV and laboratory equipment Installation of hydraulic modelling incl. calibration/ measuring campaign Introduction of a SCADA system and management information system Implementation of water networks efficiency and development planning

Tendering for the above contracts began in the second quarter of 2017 and is still ongoing.

Contracts to be financed with the proceeds of a loan from the EBRD will be tendered in accordance with the EBRD’s Procurement Policies and Rules. The proceeds of the EBRD 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 or under a law or official regulation of the Purchaser’s country.

Interested suppliers, contractors and consultants should contact:

Mr Sagandykov Erken Zamanbekovich

DirectorMr Rakhimzhan Nigmedzhanov

PIU Director

6

Project ID No. 9057-GPN-47458Project Name: Semey WaterCountry: KazakhstanDescription: Rehabilitation and modernisation of the water and wastewater

systems in the CityFunding agency: EBRDLast date of bid submission: 10 April 2019

Address for further information:

Mr Sagandykov Erken Zamanbekovich

DirectorMr Rakhimzhan NigmedzhanovPIU Director249 “a” Karazhaubay-uly St., Semey,071404, East-Kazakhstan Oblast, Republic of KazakhstanTel: +7 7222 515528, +7 7222 361094e-mail: [email protected]

Global Project News (Asia): April’ 2018

249 “a” Karazhaubay-uly St., Semey,071404, East-Kazakhstan Oblast, Republic of Kazakhstan

Tel: +7 7222 515528, +7 7222 361094e-mail: [email protected]

Social Infrastructure

Construction of Integrated Landfill and Resource Recovery Facility at Barguna Pourashava, District: Barguna, 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 the ADB.

2. The Barguna Pourashava, District: Barguna, ("the Employer") invites online bids/tenders from eligible Bidders for the Construction of Integrated Landfill and Resource Recovery Facility at Barguna Pourashava, District: Barguna ("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 10 (ten) years where the value of the Bidder’s participation exceeds BDT 55.00 million.

Average Annual Construction Turnover: minimum BDT 80.00 million over the last 5 (five) years

Liquid Assets or Credit Facilities: minimum BDT 11.20 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.

7

Project ID No. e-GP/CTEIP/2017-18/BAR/IES-01Project Name: Coastal Towns Environmental Infrastructure Project ContractCountry: BangladeshDescription: Construction of Integrated Landfill and Resource Recovery Facility at

Barguna Pourashava, District: Barguna

Funding agency: EBRDLast date of bid submission: 9 May 2018, 14:00 hours (Bangladesh Standard Time)

Address for bid submission: e-tender

Global Project News (Asia): April’ 2018

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 on 9 May 2018, 14:00 hours Bangladesh Standard Time (BST), and online opening will be done on the same date at 14:00 hours BST.

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 Barguna Pourashava, Dist: Barguna. Telephone: +880 44863586; Fax: +880 44863462 Email: [email protected]/[email protected]

North Tajik Water II Rehabilitation Project

This Notice is an update to the General Procurement Notice published on EBRD web site on 22 March 2017, Ref: 8617-GPN-43255.

SUE Khojagii Manziliyu Kommunali intends using the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) and a grant from the Swiss State Secretariat for Economic Affairs (SECO) towards the cost of the North Tajik Water II Rehabilitation Project. This project aims at improving the water supply systems in the cities of Shakhristan, Zafarobod, Panjakent and Istaravshan. 

The proposed investment programme, which has a total estimated cost of USD 15.50 million, will likely require the procurement of the following goods, works and services:

8

Project ID No. 9059-GPN-43255Project Name: North Tajik Water II Rehabilitation ProjectCountry: TajikistanDescription: Improving the water supply systems in the cities of Shakhristan,

Zafarobod, Panjakent and Istaravshan.

Funding agency: EBRDLast date of bid submission: 11 April 2019

Address for bid submission: SUE Khojagii Manziliyu Kommunali (KMK)Mr. Ravshan Tuychizoda, 1st Deputy General Director of KMK andHead of Project Implementation Unit56, N. Karaboev StreetDushanbe, 734025Republic of TajikistanPhone:    +992 37 221 59 54Fax:        +992 37 221 77 98E-mail:    [email protected]

Global Project News (Asia): April’ 2018

Supply and installation of chlorination system Rehabilitation of existing and construction of new reservoirs and water intakes Development of new water wells Installation of water meters Construction of new pumping stations

 Tendering for the above contracts is expected to begin in the Q2 of 2018.

 Contracts to be financed with the proceeds of a loan from the Bank and with the proceeds of the grant from SECO will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country.

 The proceeds of the Bank's loan and the SECO grant 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 or under a law of official regulation of the Purchaser's country.

 Interested suppliers and contractors can register their interest by fax or email to:

SUE Khojagii Manziliyu Kommunali (KMK)

Mr. Ravshan Tuychizoda, 1st Deputy General Director of KMK andHead of Project Implementation Unit

56, N. Karaboev StreetDushanbe, 734025

Republic of TajikistanPhone:    +992 37 221 59 54Fax:        +992 37 221 77 98E-mail:    [email protected]

9

Global Project News (Asia): April’ 2018

Energy

Design, Supply, and Installation of EMS and BESS of PV Diesel Hybrid System in Addu City of Maldives

Invitation for Bids

1. The Republic of Maldives has received financing from the Asian Development Bank (ADB) toward the cost of Preparing Outer Islands for Sustainable Energy Development 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 Ministry of Finance and Treasury on behalf of Ministry of Environment and Energy (the Employer), invites sealed bids from eligible bidders for the “Design, Supply, and Installation of EMS and BESS of PV Diesel Hybrid System in Addu City of Maldives” (herein after referred to as “the Facilities”). The Facilities under this turnkey contract shall have to be completed within 365 (Three hundred and sixty-five) days from the effective date.

3. 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 source countries as described in the Bidding Document.

4. To obtain further information and inspect the Bidding Document in English, Bidders should contact: National Tender, Ministry of Finance and Treasury, Ameenee Magu, Male’, Maldives Tel: (960) 3349191, (960) 3349106 Email: [email protected] Copy to: [email protected]

5. A complete set of bidding documents in electronic format shall be available for download from the Ministry of Finance and Treasury website www.finance.gov.mv from 5 April 2018 to 16 May 2018 between 0830 hrs. and 1200 hrs. on all working days. Bidders interested to participate in the bidding are required to pay a non-refundable registration fee of MVR 1,500.00 (Maldivian Rufiyaa One Thousand Five Hundred) or equivalent amount in USD.

6. A pre-bid meeting will be held on 24 April 2018 at the address mentioned above in Para.4.

7. Any clarifications to the project may be sent to the address above on or before 1400 hrs. Maldivian Time on Thursday, 24 April 2018.

8. Deliver bids: To the office of Ministry of Finance and Treasury at the address above.

On or before 1000 hrs., Maldivian Time on 17 May 2018.

10

Project ID No. TES/2018/G-013Project Name: Preparing Outer Islands for Sustainable Energy Development ProjectCountry: Maldives Description: Design, Supply, and Installation of EMS and BESS of PV Diesel Hybrid

System in Addu City of Maldives

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 17 May 2018, 1000 hrs., (Maldivian Time)

Address for bid submission: National Tender, Ministry of Finance and Treasury, Ameenee Magu, Male’, Maldives Tel: (960) 3349191, (960) 3349106 Email: [email protected] Copy to: [email protected]

Global Project News (Asia): April’ 2018

Together with a bid security in the amount as described in the Bidding Document.

The Bid security shall be valid for 148 days from the date of bid opening. Late bids will be rejected. Technical bids will be opened immediately in the presence of Bidders’ representatives who choose to attend, whereas the Financial Bids shall remain sealed and unopened and shall be placed locked. The Financial Bids of only Technically Responsible and Qualified Bidders shall be opened after Technical Bid Evaluation, whereas, the Financial Bids of those Bidders whose Technical Bids are not responsive and qualified shall be returned unopened after the contract is awarded.

Irrigation Management Improvement Project: (A) Construction of 1X10/14 MVA, 33/11 KVA Indoor Type Sub-Station; (B) Upgrading of Electrical Distribution (HT, LT Over Head Line), Bangladesh

Invitation for Bids – Rebidding

1. Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Irrigation Management 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 Office of the Project Director, Irrigation Management Improvement Project, Bangladesh Water Development Board (BWDB, “the Employer”) invites sealed bids from experienced and eligible bidders, based on post-qualification criteria, for the construction and completion of the Works. The Works comprise of the following:

a) Construction of one no 10/14mva, 33/11kv indoor type substation on turnkey contract for design, supply, installation, testing & commissioning.

b) Upgrading of electrical distribution system on turnkey contract for construction of 165.432km HT and 6.164km LT & 34.632 km conversion overhead electrical lines with supply of necessary construction materials with distribution transformer for 850 nos. LLP schemes. Completion period is 24 months after signing of the contract.

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 as described in the Bidding Document.

11

Project ID No. CW-04, NCBProject Name: Irrigation Management Improvement ProjectCountry: BangladeshDescription: A) Construction of 1X10/14 MVA, 33/11 KVA Indoor Type Sub-Station;

(B) Upgrading of Electrical Distribution (HT, LT Over Head Line)

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 14 May 2018, 12:00 Hours Bangladesh Standard Time (BST)

Address for bid submission: Bids Project Management unit (PMU), Irrigation Management Improvement Project (IMIP), MIP, 23/1 Hasan Court (3rd floor), Motijheel C/A, Dhaka

Global Project News (Asia): April’ 2018

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

Minimum average annual construction turnover of BDT 4400.00 Lakh calculated as total certified payments received for contracts in progress or completed, within the last 05 (five) years.

Participation in at least 01 (one) contract that has been successfully or substantially completed within the last ten (10) years and that is similar to substation construction works, where the value of the Bidder’s participation exceeds BDT 3500.00 lakh.

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

Md. Rafiqul Alam Project Director, Irrigation Management Improvement Project (IMIP) for Muhuri Irrigation Project (MIP), Project Management Unit (PMU), IMIP, BWDB. HASAN Court (3rd floor), 23/1 Motijheel Commercial Area. Dhaka 1000, Bangladesh. Telephone: +02- 955 6124, Fax: 02-9592201 Mobile: 8801715778347, Email: [email protected]

6. A complete set of bidding documents in English may be purchased by interested eligible bidders upon requesting the Manager, Janata Bank, Dilkusha Corporate Branch, Dhaka up to 16.00 hours (official hours) on 13 May 2018 and upon payment of a non-refundable fee of BDT 10,000 (in words taka ten thousand only) or equivalent USD 125.00 (United State Dollar One Hundred Twenty-Five Only).

The method of payment will be in the form of Demand Draft/Pay Order issued by a scheduled bank in Bangladesh or a cashier’s or certified check issued by a reputed bank in an eligible foreign country favoring Deputy Director, Dhaka RAC, BWDB, Motijheel, Dhaka. Since the bidding document is voluminous one, all the interested eligible bidders (both overseas and local) are advised to take hand to hand delivery of the bidding documents from the office with the address above by themselves or through their authorized representatives. Bidders may also request for delivery of the Bidding Document through courier by sending a written application to the address indicated above.

The application must be supported by payment of USD 300.The method of payment will be in the form of Demand Draft/Pay Order issued by a scheduled bank in Bangladesh or a cashier’s or certified check issued by a reputed bank in an eligible foreign country favoring Deputy Director, Dhaka RAC, BWDB, Motijheel, Dhaka. The Employer accepts no liability for loss or late delivery.

7. A pre-bid meeting shall be held at 11.00 hours BST on 26 April 2018 at BWDB office at the address indicated in para 5 above.

8. Deliver your bid:

To the address:

Bids Project Management unit (PMU), Irrigation Management Improvement Project (IMIP), MIP, 23/1 Hasan Court (3rd floor), Motijheel C/A, Dhaka.

12

Global Project News (Asia): April’ 2018

On or before 14 May 2018; 12.00 hours BST.

Together with a Bid Security in the amount as described in the bidding document.

Late Bids will not be accepted. Bids will be opened on 14 May 2018, 12.30 hours BST at the address above in the presence of bidders’ representatives who choose to attend.

Kostanay District Heating

This Invitation for Tenders follows the General Procurement Notice for this project which was published inProcurement Opportunities on the EBRD website: 6 October 2016 and updated 16 October 2017.

State Communal Enterprise “Kostanay Heat and Power Company” 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 District Heating Project.

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

Contract KoDHP-2R, Supply and installation of two 3.5 Mwe steam turbine sets and switchgear at BH2. 

This contract includes development of detailed design documents, supply and installation of equipment units of two 3.5 MWe steam-turbine generating sets and equipment in Distribution Sub-Station No.3 of Boiler House No.2, construction and erection works and related services according to the Technical Specifications. 

The estimated completion time under the contract is 450 days.

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

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.

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

13

Project ID No. 9056-IFT-47396Project Name: Kostanay District HeatingCountry: KazakhstanDescription: Supply and installation of two 3.5 Mwe steam turbine sets and

switchgear at BH2

Funding agency: EBRDLast date of bid submission: 6 June 2018 at 15:00 (local time),

Address for bid submission:  Mr. A. BekpaganbetovState Communal Enterprise "Kostanay Heat and Power Company"231 Borodina St. Kostanay City,KazakhstanFax: +7-7142-577024E-mail: [email protected]

Global Project News (Asia): April’ 2018

a        Experience as a prime contractor in execution of at least 3 (three) successfully completed contracts of a nature and complexity comparable to the proposed contract within the last 5 (five) years.

b        The tenderer, partner of JVCA or their sub-contractors shall demonstrate successful experience in design and installation of Steam-turbine generating sets and Power equipment for Boiler House of a nature and complexity comparable to the proposed contract.

c        Average annual turnover of the Tenderer as prime contractor (defined as billing for works in progress and completed) over the last 5 (five) years shall be not less than KZT 1,500,000,000 (one billion five hundred million) equivalent.

d       The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial sources sufficient to bear costs associated with the execution of the contract for a period of 3 (three) months, estimated as not less than KZT 300,000,000 (three hundred million) equivalent taking into account the Tenderer's commitments to other contracts.

e        The Tenderer shall submit balance sheets audited or supported by relevant documents issued by tax authorities of the tenderer’s country of origin for the last 3 (three) years to demonstrate the soundness of the Tenderer's financial position, showing long-term profitability.

f        The Tenderer shall be certified for quality standard ISO 9001 (or equivalent) or shall submit his own quality assurance plan to demonstrate quality assurance activities to be carried out during execution of works under the Contract.

g        The Tenderer shall be certified for health protection and professional safety standard OHSAS 18001 or equivalent or shall submit his own health and safety assurance plan to demonstrate respective activities to be carried out during execution of works under the Contract.

h        The Tenderer shall be certified for the environmental standard ISO 14001 or equivalent or shall submit his own environmental action plan to demonstrate respective activities to be carried out during execution of works under the Contract. 

The tender documents may be obtained from the office at the address below upon written request and payment of a non-refundable fee of KZT 100,000 (One hundred thousand) (VAT including) or equivalent in convertible currency.

 In convertible currency payment shall be made by direct bank transfer to:

 Beneficiary: State Communal Enterprise Kostanay Heat and Power Company

Beneficiary’s Bank: Halyk Bank Kazakhstan, 97 Rozybakiev str. 050046 Almaty KazakhstanAccount No: KZ986010221000286607 USDAccount No: KZ426010221000315745 EURSWIFT BIC: HSBKKZKXCorrespondent account USDNo 8900372605Correspondent Bank: THE BANK OF YORK MELLON NEW YORK, NY USSWIFT BIC: IRVTUS3NXXXCorrespondent account EURNo 100 9472176 1000Correspondent Bank: DEUTSCHE BANK AG FRANKFURT AM MAIN DESWIFT BIC: DEUTDEFFXXX

If requested, the documents will be promptly despatched by e-mail, but no liability can be accepted for loss or late delivery.

14

Global Project News (Asia): April’ 2018

 All tenders must be accompanied by a tender security in the amount not less than KZT 25,000,000 (twenty five million) or equivalent in convertible currency.

 Tenders must be delivered to the office at the address below on or before or before 6 June 2018 at 15:00 (local time), 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:

 Mr. A. BekpaganbetovState Communal Enterprise

 "Kostanay Heat and Power Company"231 Borodina St. Kostanay City,

KazakhstanFax: +7-7142-577024

E-mail: [email protected]

15

Global Project News (Asia): April’ 2018

News Items

India-Nepal Statement on New Connectivity through Inland WaterwaysApril 7, 2018 The Prime Ministers of India and Nepal recognised the untapped potential of inland waterways to contribute towards overall economic development of the region. Taking cognizance of their geographies and noting the development of inland waterways in both countries, the two Prime Ministers took the landmark decision to develop the inland waterways for the movement of cargo, within the framework of trade and transit arrangements, providing additional access to sea for Nepal. This new initiative would enable cost effective and efficient movement of cargo. The Prime Minister of Nepal noted the enormous impact the additional connectivity would have on the growth of business and economy of Nepal.

To facilitate the movement of traffic-in-transit, the two leaders directed their respective officials to formulate and mutually agree upon the requisite procedures and modalities for including inland waterways as an additional means of transport in the Protocol to the Treaty of Transit between India and Nepal.

New DelhiApril 07, 2018

India-Nepal Statement on Expanding Rail Linkages: Connecting Raxaul in India to Kathmandu in NepalApril 7, 2018 With the objective of expanding connectivity to enhance people-to-people linkages and promote economic growth and development, the Prime Ministers of India and Nepal agreed to construct a new electrified rail line, with India’s financial support, connecting the border city of Raxaul in India to Kathmandu in Nepal. As a first step, it was agreed that Government of India would, in consultation with the Government of Nepal, carry out preparatory survey work within one year, and the two sides would finalize the implementation and funding modalities of the project based on the Detailed Project Report. The Prime Minister of Nepal assured that the Government of Nepal will extend full cooperation for early completion of the requisite surveys for the new rail line.

The two Prime Ministers appreciated the progress made in the implementation of Phase-I of the India-Nepal cross-border rail link projects. The two leaders noted that the stretch of railway lines from Jayanagar to Janakpur/Kurtha and from Jogbani to Biratnagar Custom Yard will be completed in 2018, and that work on the remaining stretch of the ongoing rail link projects: (a) Jayanagar-Bijalpura-Bardibas and (b) Jogbani-Biratnagar, will be taken forward on priority. India expressed appreciation for Nepal’s commitment to expeditiously resolve all outstanding issues, including land availability, for the ongoing rail link projects.

The two Prime Ministers noted with appreciation that the India-Nepal Joint Working Group has been meeting regularly to discuss issues relating to operation of train services on the ongoing cross-border rail link projects. It was agreed that the JWG would identify requirements for operating train services on these cross-border rail links, and finalize the bilateral modalities expeditiously.

The two leaders emphasized the importance of implementing the remaining three links under Phase-II of the India-Nepal cross-border rail link projects: (i) New Jalpaiguri-Kakarbhitta, (b) Nautanwa-Bhairahawa, and (c) Nepalgunj Road-Nepalgunj. Welcoming the ongoing Final Location Survey of the three links, the two leaders agreed to expedite completion of the remaining survey work.

New DelhiApril 07, 2018

Capacity Development Resource Centre (CDRC) in India

16

Global Project News (Asia): April’ 2018

ADB’s India Resident Mission (INRM) conducts capacity development programs for executing agencies officials through its Capacity Development Resource Center (CDRC).During 2018, CDRC proposes to host training programs on construction management and construction safety and health at the National Institute of Construction Management and Research, Pune. It will also tap the expertise of the Indian Institute of Management/Indian Institutes of Technology in training senior executing agency officials for better project management and faster implementation.The proposed 2018 capacity development training calendar, as approved by the Department of Economic Affairs in the Ministry of Finance, is attached for project directors to file nominations as per their requirements.

Proposed 2018 CDRC Training Calendar

  No. Training Topic Resource Person

Proposed Dates***

No. of days

  Venue Program Nature

No. of Participants

April

International Business Opportunities Seminar (BOS)

ADB 25-Apr 1 Kolkata Non-Residential

50

May

Design and Monitoring Framework

ADB TBD 2 Delhi Residential 30

Design Build Operate (DBO) Contracts for Water Sector Projects

ASCI 15 - 17 May

3 ASCI, Hyd Residential 40

Project Completion Report Workshop (HQ led  program)

ADB 21 - 24 May

3.5 New Delhi Residential 40

June

17

Global Project News (Asia): April’ 2018

Problem Solving Capacity Building (HQ led prog  by OSPF)

ADB 5 - 7 Jun 3 New Delhi Residential 30

Procurement and Contract Management Clinic for N. E. Projects

ADB 20 - 21 Jun 2 Guwahati Residential 40

FIDIC Contract Management (International Federation of  ConsultingEngineers)

FIDIC, Geneva

26 - 28 Jun 3 ASCI, Hyderabad

Residential 40

July

Construction Management and Construction  Safety

NICMAR 16 - 21 Jul 6 NICMAR, Pune

Residential 40

Session on Goods and Services Tax

TBD TBD 1 TBD Residential 40

Good Practices in Road Sector  Management

TBD TBD TBD TBD Residential 30

August

Corridor Development: Concept, Practices and  Experiences

TBD 8 - 9 Aug 2 TBD Residential 40

  Tripartite Portfolio Review Meeting (TPRM)

DEA+ADB TBD 2 TBD Residential 120

Project Management ASCI 28 - 30 3 ASCI, Residential 40

18

Global Project News (Asia): April’ 2018

Aug Hyderabad

September

Land Acquisition, Rehabilitation & Resettlement

ASCI 25 - 27 Sep

3 ASCI, Hyd Residential 40

Procurement and Contract Management Clinic for N. E. Projects

ADB 25 - 27 Sep

2 Shillong Residential 40

October

Dissemination of Best Practices for Power Sector EA's  (PGCIL)

PGCIL TBD 2 New Delhi Residential 40

International Business Opportunities Seminar

ADB TBD 1 TBD Non-Residential

200

  TPRM     1   Non-Residential

 

***The exact dates of the training program may change depending on the final TPRM dates and availability of the resource person.Nominations should be filed by the project directors online at eapdea.gov.in.For further information please contact:India Resident Mission (INRM)Gurjyot SINGH (Mr)Senior Portfolio Management Officer  Tel   +91 11 3090 0623/3090 0600   E-mail India Resident Mission (INRM)Geeta MALHORTA (Ms)Associate Portfolio Management Officer  Tel   +91 11 3090 0627/3090 0600   E-mail

19