43
Global Project News (Asia): June’ 2018 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: June’ 2018 Vol. 120 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

asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: June’ 2018

Vol. 120

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: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

INDEX

Tenders

Project Country Dead Line Page no.

Water/ Irrigation

Improvements to Kalawewa Treatment Plant (of Kekirawa WSS)

Colombo 11 July 2018 2

Condition Assessment and Urgent Repairs of Sewer Lines for Colombo Municipal Council Area

Colombo 19July 2018 4

Construction of drip irrigation (10 ha) of demonstration area in Pyanj district

Tajikistan 06 July 2018 7

Kara-Suu Water Project Kyrgyz Republic

General Procurement Notice

8

Social Infrastructure

Construction of 50m RCC Girder bridge on Naikhongchari-Tumbru Road at Ch-26+023 Km

Bangladesh 11 July 2018 10

Construction of School buildings, Toilet and Water Supply facilities including site development works in 12 (Twelve) schools in Kavre and Bhaktapur Districts

Nepal 23 July 2018 12

Construction of School buildings, Toilet and Water Supply facilities including site development works in 12 (Twelve) schools Sindhupalchowk and Kathmandu Districts

Nepal 23 July 2018 14

Construction of School buildings, Toilet and Water Supply facilities including site development works in 13 (Thirteen) schools in Sindhuli District

Nepal 18 July 2018 16

Construction of School buildings, Toilet and Water Supply facilities including site development works in 8 (Eight) schools in Okhaldhunga District

Nepal 18 July 2018 19

Construction of Municipal Market (2-storied building including basement with 10-storied foundation) work in Jashore Pourashava under Jashore district

Bangladesh 02 July 2018 21

Sustainable Highlands Highway Investment Program – Tranche 1

Papua New Guinea

11 July 2018 22

1

Page 3: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

North-South Corridor (Kvesheti-Kobi) Road Project Georgia 04 June 2019 24

Energy

Semey District Heating Project Kazakhstan 02 July 2018 25

News Items

Toyo wins contracts for power plant in Japan, petrochemical unit in Indonesia 29

HCC wins $110m nuclear power contract in Bangladesh 30

L&T Construction- Marubeni JV bags Rs 31.9 bn order for Dhaka Metro 31India, World Bank sign $500 mn loan agreement for PMGSY Rural Roads Project 32

2

Page 4: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Tenders

Water

Improvements to Kalawewa Treatment Plant (of Kekirawa WSS)

Invitation for Bids

1. The Democratic Socialist Republic of Sri Lanka has received financing from the Asian Development Bank (ADB) toward the cost of Local Government Enhancement Sector Project - Additional Financing (LGESP-AF). 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 Secretary, Ministry of Provincial Councils, Local Government and Sports, Sri Lanka (Chairman, Ministerial Procurement Committee), on behalf of Chief Secretary, North Central province invites sealed bids from eligible bidders for the Improvements to Kalawewa Treatment Plant (of Kekirawa WSS). Construction period is 18 months from the date of contract commencement.

3. National Competitive Bidding will be conducted in accordance with ADB’s SingleStage: One-Envelope bidding procedure (NCB/1S1E) 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:

(a) National Bidders shall have CIDA (formerly ICTAD) registration Category C2 or above in water supply and sewerage and shall fulfil the qualifications given in 4 (c) below

• In case of Joint Venture (JV) between local bidders only, the Lead partner should have the required CIDA (formerly ICTAD) registration.

(b) Foreign bidders shall fulfil the qualification criteria given in 4 (c) below.

• In case of Joint Venture (JV) between local and foreign bidders, the local bidder should necessarily have the specified CIDA (formerly ICTAD) registration even if the foreign bidder has the required qualification as mentioned in the section 3.

(c) Qualifications of the bidders:

3

Project ID No. NCP AF WS CKD 06Project Name: Local Government Enhancement Sector Project (Additional Financing)Country: ColomboDescription: Improvements to Kalawewa Treatment Plant (of Kekirawa WSS)

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 11 July 2018, 14:30 hours (local time)

Address for bid submission: Project Director, Project Management Unit, Pura Neguma - Local Government Enhancement Sector Project – Additional Financing (LGESP - AF) 191 A, 2nd floor, J R Jayawardane Centre, Dharmapala Mawatha, Colombo 07 Telephone: +94 11 2691202 Facsimile number: +94 11 2676678 E-Mail: [email protected]

Page 5: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Sl. No.

Package Name / Period of Execution

Financial Situation: Bidders’ Net worth for last year, calculated as the difference between total assets and total liabilities. (Submit audited financial statements for the last 3 years.)

Minimum Average Annual Construction Turnover: Calculated as total certified payments received for contracts in progress or completed within the last 3 years

Financial Resources: Possess financial resources

Construction Experience: Participated in /executed at least one (1) contract that has been successfully or substantially completed within last 5 years ending bid closing date

1. Improvements to Kalawewa Treatment Plant (of Kekirawa WSS). Package No. NCP AF WS CKD 06. Period of Execution: 18 months

Net worth should be positive

has minimum average annual construction turnover of LKR 350 million; within last 3 years

As required in the bidding document

The bidders should have completed at least one project similar to the proposed work, where the value of the bidder's participation exceeds LKR - 215 million (Before VAT)

Note: In case of contracts previously implemented by Joint Ventures, where the bidder constituted a party, the bidder’s participation will be determined in line with the bidding document requirement.

5. Interested bidders may inspect the Bidding Document free of charge and obtain further information from the office of:

Project Director, Project Management Unit, Pura Neguma - Local Government Enhancement Sector Project – Additional Financing (LGESP - AF) 191 A, 2nd floor, J R Jayawardane Centre, Dharmapala Mawatha, Colombo 07 Telephone: +94 11 2691202 Facsimile number: +94 11 2676678 E-Mail: [email protected]

6. To purchase the bidding documents in English, eligible and interested bidders should:

• Write to the address above (paragraph 5) requesting the bidding documents clearly indicating the name of contract package.

• Pay a non-refundable fee of LKR 35,000.00 (Thirty-five thousand only) plus VAT in cash to Project Director, Project Management Unit, Pura Neguma – Local Government Enhancement Sector Project (office stated in paragraph 5).

• Bidding documents can be obtained between 9:00 hours to 15:00 hours on normal working days from 11 June 2018.

7. A pre-bid meeting has been arranged on 22 June 2018 in the Auditorium of Ministry of Provincial Councils, Local Government and Sports (the address stated in paragraph 8) at 10:30 hours. Interested bidders are encouraged to attend the pre-bid meeting.

8. Deliver bids:

• To the office of the Secretary (Chairman, Ministerial Procurement Committee) Ministry of Provincial Councils, Local Government and Sports 330, Union Place, Colombo 02 Sri Lanka Attention: Project

4

Page 6: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Director, Project Management Unit (PMU), Local Government Enhancement Sector Project (Additional Financing).

• before the deadline: 11 July 2018, 14:30 hours

• together with a Bid Security as prescribed in the bid document.

• Bid Package number should be marked on the top left corner of the original and duplicate envelopes.

• Bids will be opened immediately after the bid submission deadline in the presence of bidders’ representatives who choose to attend.

9. The Employer will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids, including costs and expenses related to site visits.

10. Bidding documents including the IFB will be published in the project website www.puraneguma.lk/additional-financing/project-tender-notices.php and websites of related departments for viewing purpose only. Bidding documents purchased from the PMU upon payment of the non-refundable tender fee will only be considered for evaluation.

Condition Assessment and Urgent Repairs of Sewer Lines for Colombo Municipal Council Area

Invitation for Bids

1. The Government of the Democratic Socialist Republic of Sri Lanka has received financing from the Asian Development Bank (ADB) toward the cost of Greater Colombo Water and Wastewater Management Improvement Investment Program – Tranche 2. 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 Chairman, Cabinet Appointed Procurement Committee (CAPC), on behalf of the Ministry of Provincial Councils and Local Government (hereinafter referred to as the “Employer”) now invites

5

Project ID No. GCWWMIIP-P2/ADB/RQ/01/DSIDC/ICB-01/2017Project Name: Greater Colombo Water and Wastewater Management Improvement

Investment Program - Tranche 2

Country: ColomboDescription: Condition Assessment and Urgent Repairs of Sewer Lines for Colombo

Municipal Council Area

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 19 July 2018, 2:00 PM (local time)

Address for bid submission: Project Director Greater Colombo Water and Wastewater Management Improvement Investment Program - Tranche 2 No. 86, Ananda Kumaraswamy Mawatha, Colombo 7 Telephone (94) (11)2665331 Facsimile (94) (11)2665330 Email: [email protected]

Page 7: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

sealed bids from eligible bidders for the Condition Assessment and Urgent Repairs of Sewer Lines for Colombo Municipal Council Area. Bidders may bid for one or both lots, as further defined in the bidding document, the scope of which are briefly described below:

Lot No. Brief Scope of Work Time for Completion

Lot - A Gravity Sewer Lines in CMC District 3, District 4 and District 5 • Sewer Cleaning – 100 km • Condition Assessment and Urgent Repairs of about 100 km of sewer pipelines of “300 to 1500mm dia.” using CCTV • External & internal repairs of existing damaged buried sewer pipelines • Repairing and Replacement of damaged existing MH covers

728 days

Lot - B Force Sewer Mains (CFM-9, CFM-5 New & OLD Line) in CMC District 2B and District 5 • Condition Assessment and Urgent Repairs of Force sewer mains about 8.2 km of pipelines of (500mm dia., 600 mm dia. and 1100mm dia. using Special Devices(SD)

252 days

Lot-A and Lot-B

Both as described above in the table Lot A 728 days Lot B 252 days

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

4. Only eligible Bidders with the following key qualifications for single entities should participate in this bidding: (Please refer Bidding Document for detail qualification requirements including requirements for Joint Ventures)

Criteria Lot A Lot B Lot A & BAverage annual construction turnover for the last 3 years

USD 4 million USD 2.5 million USD 6.5 million

Availability of financial requirements in addition to present commitments

USD 0.50 million USD 0.40 million USD 0.90 million

Experience in one similar contract overseas within last 7 years of value:

USD 2.5 million USD 0.8 million Both

Urgent repairs to sewer lines in at least one overseas contract

Urgent repairs after condition assessment of at least 50 km using CCTV within last 7 years

---------- Same as for Lot A

5. A soft copy of the Bidding Document in PDF format can be downloaded by any interested bidder from the link given below. However, such document would be applicable only for inspection, and shall not be valid for submission of bids: https://goo.gl/9Kb7dg.

6. To obtain further information and inspect the Bidding Documents, eligible bidders should contact the Employer at the address below from 9.00 a.m. to 4.00 p.m. on all working days until the bid submission deadline:

6

Page 8: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Project Director Greater Colombo Water and Wastewater Management Improvement Investment Program - Tranche 2 No. 86, Ananda Kumaraswamy Mawatha, Colombo 7 Telephone (94) (11)2665331 Facsimile (94) (11)2665330 Email: [email protected]

7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission of a written application on a business Letter Head to the address in Para.6 above and upon the payment of a nonrefundable fee of LKR 60,000 or USD 400. The method of payment will be in cash, or a certified check/demand draft drawn from any reputable bank in Sri Lanka in favor of “Greater Colombo Water and Wastewater Management Improvement Investment Program”. The Bidding Document may be collected in person or could be mailed locally free of charge upon receipt of the payment. The Bidding Document may be sent overseas through courier service upon request with an additional payment of LKR 7,500 or USD 50. No liability will be accepted for loss or late delivery of the Bidding Document.

8. A site visit would be conducted on 21 June 2018, at 9.00 a.m. commencing from the address given in paragraph 6 above, and a Pre-Bid meeting would be held commencing at 2.30 p.m. on the same day, at the same address. Bidders are well advised to attend both events.

9. Deliver bids:

• To the address: Attn: Chief Accountant Chairman, Cabinet Appointed Procurement Committee, Ministry of Provincial Councils and Local Government, No. 330, Union Place, Colombo – 02, Sri Lanka

• on or before 19 July 2018, 2:00 PM (local time)

• together with a Bid Security as specified in the Bidding Document (Data Sheet).

10. Late Bids shall be rejected. Bids will be opened at the same place on 2:00 PM (Local time) on 19 July 2018 in the presence of the bidders’ representatives who choose to attend.

11. Bids shall be valid for a period of 182 days and the Bid security shall be valid for a period of 210 days from the date of bid submission deadline.

12. The Ministry of Provincial Councils and Local Government will not be responsible for any costs or expenses incurred by bidders in connection with the preparation, attending pre-bid meeting and delivery of bids.

7

Page 9: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Construction of drip irrigation (10 ha) of demonstration area in Pyanj district

Invitation for Bids

1. The Government of the Republic of Tajikistan has received financing from the Asian Development Bank (ADB) toward the cost of Building Climate Resilience in the Pyanj River Basin Project. Part of this financing will be used for payments under the contract named above. Bidding is open to all Bidders from eligible source countries of the ADB.

2. The Agency on Land Reclamation and Irrigation under the Government of the Republic of Tajikistan through the Project Management Office (“the Employer”) invites sealed bids from eligible Bidders for the “Construction of drip irrigation (10 ha) of demonstration area in Pyanj district” (the Works).

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

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

a) Construction experience:

• Experience in the following key activities:

1) Construction of at least 1 (one) drip irrigation schemes covering an area greater than 1 ha;

2) Construction of at least 2 projects with groundwater extraction system, including well construction and equipping with electric submersible pump, construction of pressure main and on-farm pipelines, construction of 1000m3 reservoirs with the installation of second-stage pumping units and dropper systems.

• Participation in at least 1 (one) contract that has been successfully or substantially completed within the last 5 (five) years and that is similar to the proposed works, where the value of the bidder’s participation exceeds US$320,000. b) Financial requirements:

• Positive net worth in the last three (3) years

• Minimum average annual construction turnover of US$800,000 calculated as total certified payments received for contracts in progress or completed, within the last 3 (three) years.

5. Interested eligible Bidders may obtain further information, and inspect the bidding document at the address given below: Agency on Land Reclamation and Irrigation under the Government of the

8

Project ID No. BCR/NCB/CW/2018/2Project Name: Building Climate Resilience in the Pyanj River Basin ProjectCountry: TajikistanDescription: Construction of drip irrigation (10 ha) of demonstration area in Pyanj

districtFunding agency: Asian Development Bank (ADB) Last date of bid submission: 6 July 2018, 15:00 hours local time in Dushanbe

Address for bid submission: The State Committee on Investments and State Property Management of the Republic of Tajikistan 27 Shotemur street, Dushanbe Zip Code 734025 Republic of Tajikistan

Page 10: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Republic of Tajikistan Project Management Office (PMO) Attention: Mr. Karimov N. G., Project Management Office Director Address: 2nd floor, 10 Bokhtar Str., 734025, Dushanbe, Tajikistan, Tel/Fax: +992-44-600-33-43; 992-44-600-33-46 E-mail: [email protected]

6. A complete set of bidding documents, in the Russian and English languages, may be purchased by interested eligible Bidders having the above required qualification, from 8 June 2018 onwards upon presentation of a written application to the above office and upon payment of a nonrefundable fee of US$150 (one hundred fifty). The method of payment will be by transfer through a bank account. Bank account of PMO is the following:

Name of Bank: State Saving Bank “Amonatbank”

Account: 20202972102542105000

Correspondent account: 20402972316264

SWIFT: 350101626 Tax ID No.: 040046663 Details of payment: Payment for bid documents

7. Deliver bids:

• to following address: The State Committee on Investments and State Property Management of the Republic of Tajikistan 27 Shotemur street, Dushanbe Zip Code 734025 Republic of Tajikistan

• On or before 6 July 2018; 15:00 hours local time in Dushanbe

• Together with a Bid Security as described in the bidding document. Late bids will be rejected. Bids will be opened immediately after the bid submission deadline in the presence of bidders’ representatives who choose to attend. 8. The Employer will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of their bids.

Kara-Suu Water Project

Municipal Enterprise Kara-Suu Taza-Suu (Kara-Suu Water Company) intends using the proceeds of a loan from the European Bank for Reconstruction and Development “EBRD”), a loan from the European Investment Bank (“EIB”) and a grant from EU’s Investment Facility for Central Asia (“EU IFCA”) for a project to finance the rehabilitation and upgrade of the water supply and wastewater treatment infrastructure in the city of Kara-Suu.

9

Project ID No. 9137-GPN-46345Project Name: Kara-Suu Water ProjectCountry: Kyrgyz RepublicDescription:Funding agency: EBRDLast date of bid submission: General Procurement Notice

Address for bid submission: Contact name:  Mr. Altynbek Shamshiev, Head of Project Implementation Unit           Mayor’s Office of the Town of Kara-Suu; 2, Koushbakov str., 2nd floor, Accounting roomKara-Suu, 723300, Kyrgyz RepublicTel: 996 (556) 65 28 65Fax: n/a           Email: [email protected]

Page 11: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

The proposed project, which has a total estimated cost of EUR 5.3 million equivalent, will require the procurement of the following goods, works and services:

Water sources improvements (equipment at boreholes) Water network rehabilitation Wastewater collection network rehabilitation and extension Wastewater treatment plant upgrade O&M vehicles, equipment and materials (slice and package) Upgrading of supporting facilities (civil works part) and ESAP measures Upgrading of supporting facilities (goods and equipment part - slice and package)

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

Contracts to be financed with the proceeds of the EBRD and EIB loans and EU IFCA grant will be subject to the EBRD Procurement Policies and Rules (Rev. October 2014 – http://www.ebrd.com/news/publications/policies/procurement-policies-and-rules.html), and will be open to firms from any country. The proceeds of the EBRD and EIB loans and EU IFCA 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, contractors and consultants should contact:

Contact name:  Mr. Altynbek Shamshiev, Head of Project Implementation Unit           Mayor’s Office of the Town of Kara-Suu; 2, Koushbakov str., 2nd floor, Accounting roomKara-Suu, 723300, Kyrgyz RepublicTel: 996 (556) 65 28 65Fax: n/a           Email: [email protected]

10

Page 12: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Social Infrastructure

Construction of 50m RCC Girder bridge on Naikhongchari-Tumbru Road at Ch-26+023 Km

Invitation for Bids

1. The Government of Bangladesh has received financing from the Asian Development Bank (ADB) towards the cost of Second Chittagong Hill Tracts Rural Development Project (CHTRDP-II). Part of this financing will be used for payments under the contracts named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Local Government Engineering Department (LGED) (“the Employer”) invites online bids/tenders from eligible Bidders for the Procurement of Road Construction Works for 1 (One) package (“the Works) as detailed below.

Package No. e-Tender ID Description of Work Duration (Days)W-B-BAN-NaiUZR/03K 199000 Construction of 50m

RCC Girder bridge on Naikhongchari-Tumbru Road at Ch-26+023 Km

300

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s Procurement Guidelines through electronic Government Procurement (e-GP) system and is open to all Bidders from eligible source countries as described in the Bidding Documents. 4. Only eligible Bidders with the following key qualifications should participate in this bidding:

Specific Similar Experience: The Bidder must possess experience in implementing a minimum of one (1) similar contract as per bid document during the last five (5) years, the value of which shall be minimum for each Package are as follows:

Package No Amount (BDT)

W-B-BAN-Nai-UZR/03K 15,000,000.00

Average annual construction turnover: Minimum average annual construction turnover for each Package based on total certified payments received for contracts in progress or completed over the last five (5) years are as follows:

11

Project ID No. W-B-BAN-Nai-UZR/03KProject Name: Second Chittagong Hill Tracts Rural Development ProjectCountry: BangladeshDescription: Construction of 50m RCC Girder bridge on Naikhongchari-Tumbru

Road at Ch-26+023 Km

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 11 July 2018; 14:00 hours (Bangladesh Standard Time)

Address for bid submission: e- tender

Page 13: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Package No. Amount (BDT)W-B-BAN-Nai-UZR/03K 30,000,000.00

Liquid Assets or Credit Facilities: The minimum amount of Liquid Assets or Credit Facilities for each Package are as follows:

Package No. Amount (BDT)W-B-BAN-Nai-UZR/03K 7,400,000.00

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 work packages bearing e-tender ID no. mentioned above, registration in the e-GP portal (http://www.eprocure.gov.bd) is required.

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

7. The deadline for submission of e-Tenders (bids) is on 11 July 2018 at 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:

(Abu Taleb Chowdhury) Executive Engineer, LGED District: Bandarban Phone: 0361-62516Email: [email protected]

12

Page 14: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Construction of School buildings, Toilet and Water Supply facilities including site development works in 12 (Twelve) schools in Kavre and Bhaktapur Districts

Invitation for Bids

1. The Government of Nepal has applied for financing from the Asian Development Bank (ADB) toward the cost of Disaster Resilience of Public School Infrastructure and Communities (DR-PSIC) Project. 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 Central Level Project Implementation Unit (Education), National Reconstruction Authority (NRA) (the “Employer”) invites sealed bids from eligible bidders or joint ventures for the Construction of School buildings, Toilet and Water Supply facilities including site development works in 12 (Twelve) schools in Kavre and Bhaktapur Districts. Construction period is 18 months after contract signing date.

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

S.N. Lot Identification (ID) No.

Description of works to be bid as SINGLE PACKAGE (Construction of following school building complex)

Key QualificationMinimum Average Annual Turnover (Last three (3) years).

Minimum work experience, size and nature.

1 DRSP/CLPIU/ 074/75-KavreBKT-01

• Araniko Ma Vi Chauri Deurali-5, Kavre • Dapcha Ma Vi Nomobuddha-8, Dapcha, Kavre • Gramonnati Mavi Mahabharat -5, Charkilla, Kavre • Shree Jagriti Mavi Deurali-5, Keurini, Kavre • Shree Jogeshwor Mavi Roshi-4, Mahadevtar, Kavre • Jorpati Mavi Panchkhal,Tinpiple, Kavre • Kuseshwor Ma Vi MechhePauwa-9, Timal, Kavre • Mahakali Ma Vi Chainpur,Madan Devpur4, Kavre

USD 7.63 Million

At least one project of worth USD 2.86 Million

13

Project ID No. DRSP/CLPIU/ 074/75-KavreBKT-01Project Name: Disaster Resilience of Public School Infrastructure and Communities

ProjectCountry: Nepal Description: Construction of School buildings, Toilet and Water Supply facilities

including site development works in 12 (Twelve) schoolsFunding agency: Asian Development Bank (ADB)Last date of bid submission: 23 July 2018, 12:00 hours Nepal Standard Time (NST)

Address for bid submission: Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

Page 15: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

• Setidevi Ma Vi Ritthe, Saping-5, Kavre• Uma Shah Shikshya Mavi Chandeni -9, Mandan, Kavre • Devi Mavi Changu Narayan-9, Saudol, Tathali, Bhaktapur • Panchakanya Mavi Sudal,Dulalgaon, Bhaktapur

4. Open competitive bidding (OCB) with international advertising 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. To obtain further information and inspect the bidding documents, bidders should contact:

Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

6. To purchase the bidding documents in English eligible bidders should:

• Write to address above requesting the above-mentioned bidding documents on or before 22 July 2018 during office hours from Sunday to Thursday, 10:00 hrs. to 17:00 hrs. and on Friday from 10:00 hrs. to 15:00 hrs.

• Pay a non-refundable fee of NPR 20,000 or USD 200 towards the cost of the Bidding Document.

• Bidders who wish to receive the bidding document by courier shall pay an additional amount of NPR 25,000 or USD 250 for overseas delivery. No liability will be accepted for any loss or late delivery. o The local currency is to be deposited in the account as given below. In case of foreign currency, it is to be in the form of a Bank Draft in favour of Central Level Project Implementation Unit (Education).

Name of the Bank: Rastriya Banijya Bank, Thamel, Kathmandu

Name of Office: Central Level Project Implementation Unit (Education)

Office Code no.: 27-350-16

Revenue Account no.: 1.1.001 Rajaswa (revenue)

Shirshak no.: 14227

7. Deliver your bid:

• to the address in Para.5 above

• on or before the deadline: 23 July 2018, 12:00 hrs. Nepal Standard Time (NST)

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.

14

Page 16: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

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

Construction of School buildings, Toilet and Water Supply facilities including site development works in 12 (Twelve) schools Sindhupalchowk and Kathmandu Districts

Invitation for Bids

1. The Government of Nepal has applied for financing from the Asian Development Bank (ADB) toward the cost of Disaster Resilience of Public School Infrastructure and Communities (DR-PSIC) Project. 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 Central Level Project Implementation Unit (Education), National Reconstruction Authority (NRA) (the “Employer”) invites sealed bids from eligible bidders or joint ventures for the Construction of School buildings, Toilet and Water Supply facilities including site development works in 10 (Ten) schools in Sindhupalchowk and Kathmandu Districts. Construction period is 18 months after contract signing date.

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

15

Project ID No. DRSP/CLPIU/074/75-Sindhu-KTM-01Project Name: Disaster Resilience of Public School Infrastructure and Communities

ProjectCountry: NepalDescription: Construction of School buildings, Toilet and Water Supply facilities

including site development works in 12 (Twelve) schools Sindhupalchowk and Kathmandu Districts

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 23 July 2018, 12:00 hours Nepal Standard Time (NST)

Address for bid submission: Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

Page 17: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

S.N. Lot Identification (ID) No.

Description of works to be bid as SINGLE PACKAGE (Construction of following school building complex)

Key QualificationMinimum Average Annual Turnover (Last three (3) years).

Minimum work experience, size and nature.

1 DRSP/CLPIU/ 074/75- Sindhu-KTM01

• Bhim Vidhyashram Mavi, Kamitol, Banskharka-4, Sindhupalchwok • Buddhodaya Mavi, Chatole, Lisankhu-2, Sindhupalchwok • Ganesh Mavi, Jagire, Yamunadanda-3, Sindhupalchwok • Jankalyan MaVi,Tadi,Thulo Dhading-7, Sindhupalchwok • Janasudhar Aa Vi, Dhuseni, Badegau-4, Sindhupalchwok • Kageswori Mavi, Gorthali, Ghorthali-5, Sindhupalchwok • Mahendra Priya Aavi, Dhusenichaur, Sindhukot-8, Sindhupalchwo • Rajeshwori Mavi, Thumka, Sipa Pokhare 8, Sindhupalcwok • Kavresthali Ma Vi, Thati, Pipalbot Chautari, Kabhresthali-4, Kathmandu • Kuleshwor Mavi, Kuleshwor, Kathmandu N.P.-14, Kathmandu

USD 8.15 Million At least one project of worth USD 3.06 Million

4. Open competitive bidding (OCB) with international advertising 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. To obtain further information and inspect the bidding documents, bidders should contact:

Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

6. To purchase the bidding documents in English eligible bidders should:

• Write to address above requesting the above-mentioned bidding documents on or before 22 July 2018 during office hours from Sunday to Thursday, 10:00 hrs. to 17:00 hrs. and on Friday from 10:00 hrs. to 15:00 hrs.

• Pay a non-refundable fee of NPR 20,000 or USD 200 towards the cost of the Bidding Document.

• Bidders who wish to receive the bidding document by courier shall pay an additional amount of NPR 25,000 or USD 250 for overseas delivery. No liability will be accepted for any loss or late delivery.

o The local currency is to be deposited in the account as given below. In case of foreign currency, it is to be in the form of a Bank Draft in favour of Central Level Project Implementation Unit (Education).

Name of the Bank: Rastriya Banijya Bank, Thamel, Kathmandu

16

Page 18: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Name of Office: Central Level Project Implementation Unit (Education)

Office Code no.: 27-350-16

Revenue Account no.: 1.1.001 Rajaswa (revenue)

Shirshak no.: 14227

7. Deliver your bid:

• to the address in Para.5 above

• on or before the deadline: 23 July 2018, 12:00 hrs. Nepal Standard Time (NST)

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.

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

Construction of School buildings, Toilet and Water Supply facilities including site development works in 13 (Thirteen) schools in Sindhuli District

Invitation for Bids

1. The Government of Nepal has applied for financing from the Asian Development Bank (ADB) toward the cost of Disaster Resilience of Public School Infrastructure and Communities (DR-PSIC) Project. 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.

17

Project ID No. DRSP/CLPIU/074/75-Sindhuli-01Project Name: Disaster Resilience of Public School Infrastructure and Communities

ProjectCountry: NepalDescription: Construction of School buildings, Toilet and Water Supply facilities

including site development works in 13 (Thirteen) schools in Sindhuli District

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 18 July 2018, 12:00 hours Nepal Standard Time (NST)

Address for bid submission: Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

Page 19: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

2. The Central Level Project Implementation Unit (Education), National Reconstruction Authority (NRA) (the “Employer”) invites sealed bids from eligible bidders or joint ventures for the Construction of School buildings, Toilet and Water Supply facilities including site development works in 13 (Thirteen) schools in Sindhuli District. Construction period is 18 months after contract signing date.

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

S.N.

Lot Identification (ID) No.

Description of works to be bid as SINGLE PACKAGE (Construction of following school building complex)

Key QualificationMinimum Average Annual Turnover (Last three (3) years).

Minimum work experience, size and nature.

1 DRSP/CLPIU/0 74/75- Sindhuli-01

• Shree Champadevi SS,Ghyampa,Jadmre • Shree Ganesh SS,Majuwa • Shree Jana Jyoti SS,Tari Khurkot, • Shree Janapremi SS, Arun dada • Shree Kapilakot SS, Chhap Mahadevsthan • Shree Kaushika SS, Bhuwaneshori, Gwalta • Shree Shree Kyaneshwor SS Kyaneshwor, Pantale, • Shree Pancharukhi SS, Pancharukhi, Sirthauli-4 • Shree Pragatishil SS, Ratamata, Bhotetar • Shree Sankareswor SS, Dadiguransa-1 jakhani, • Shree Mahendrajhyadi SS Mahendrajyadi-2, Belpur • Shree SS Khayarshal, Khayarsal, Kalpabriksha, • Shree SS Chilaune Danda, Bhirgaun Sindhuli

USD 12.02 Million

At least one project of worth USD 4.50 Million.

4. Open competitive bidding (OCB) with international advertising 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. To obtain further information and inspect the bidding documents, bidders should contact:

Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

6. To purchase the bidding documents in English eligible bidders should:

• Write to address above requesting the above-mentioned bidding documents on or before 17 July 2018 during office hours from Sunday to Thursday, 10:00 hrs to 17:00 hrs and on Friday from 10:00 hrs to 15:00 hrs.

• Pay a non-refundable fee of NPR 20,000 or USD 200 towards the cost of the Bidding Document.

• Bidders who wish to receive the bidding document by courier shall pay an additional amount of NPR 25,000 or USD 250 for overseas delivery. No liability will be accepted for any loss or late delivery.

18

Page 20: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

o The local currency is to be deposited in the account as given below. In case of foreign currency, it is to be in the form of a Bank Draft in favour of Central Level Project Implementation Unit (Education).

Name of the Bank: Rastriya Banijya Bank, Thamel, Kathmandu

Name of Office: Central Level Project Implementation Unit (Education)

Office Code no.: 27-350-16

Revenue Account no.: 1.1.001 Rajaswa (revenue)

Shirshak no.: 14227

7. Deliver your bid:

• to the address in Para.5 above

• on or before the deadline: 18 July 2018, 12:00 hrs. Nepal Standard Time (NST)

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.

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

19

Page 21: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Construction of School buildings, Toilet and Water Supply facilities including site development works in 8 (Eight) schools in Okhaldhunga District

1. The Government of Nepal has applied for financing from the Asian Development Bank (ADB) toward the cost of Disaster Resilience of Public School Infrastructure and Communities (DR-PSIC) Project. 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 Central Level Project Implementation Unit (Education), National Reconstruction Authority (NRA) (the “Employer”) invites sealed bids from eligible bidders or joint ventures for the Construction of School buildings, Toilet and Water Supply facilities including site development works in 8 (Eight) schools. Construction period is 18 months after contract signing date.

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

S.N.

Lot Identification (ID) No.

Description of works to be bid as SINGLE PACKAGE (Construction of following school building complex)

Key QualificationMinimum Average Annual Turnover (Last three (3) years).

Minimum work experience, size and nature.

1 DRSP/CLPIU/0 74/75- Okhaldhunga01

• Grammodaya Yugakabi Siddhicharan SS, Sinkichaur • Him Ganga SS, uktel, Rawadolu-2 • Shree Jalpa SS), Kalimati Ratamate-2 • Shree Japla SS Tarkebari, Likhu-8 • Shree Katunje SS, Jyamirbot, Katunje-1 • Shree Phulmati SS, Khijifalate bazzar, Khijifalate-3 • Shree Rajyalaxmi SS, Bijuwasthan, Umbu-3 • Shree Sunkoshi SS, Pokhari Bhanjyang Raniban-3

USD 6.98 Million At least one project of worth USD 2.61 Million.

20

Project ID No. DRSP/CLPIU/0 74/75- Okhaldhunga01Project Name: Disaster Resilience of Public School Infrastructure and Communities

Project

Country: NepalDescription: Construction of School buildings, Toilet and Water Supply facilities

including site development works in 8 (Eight) schools in Okhaldhunga District

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 18 July 2018, 12:00 hours Nepal Standard Time (NST)

Address for bid submission: Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np

Page 22: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

4. Open competitive bidding (OCB) with international advertising 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. To obtain further information and inspect the bidding documents, bidders should contact:

Project Director, Central Level Project Implementation Unit (Education) 4th Floor Shanta Plaza, Gyaneshwor, Kathmandu Telephone: +977-1-4420106, Fax: +977-1-4420521 Electronic mail address: [email protected] Website: www.moepiu.gov.np 6. To purchase the bidding documents in English eligible bidders should:

• Write to address above requesting the above-mentioned bidding documents on or before 17 July 2018 during office hours from Sunday to Thursday, 10:00 hrs to 17:00 hrs and on Friday from 10:00 hrs to 15:00 hrs.

• Pay a non-refundable fee of NPR 20,000 or USD 200 towards the cost of the Bidding Document.

• Bidders who wish to receive the bidding document by courier shall pay an additional amount of NPR 25,000 or USD 250 for overseas delivery. No liability will be accepted for any loss or late delivery.

o The local currency is to be deposited in the account as given below. In case of foreign currency, it is to be in the form of a Bank Draft in favour of Central Level Project Implementation Unit (Education).

Name of the Bank: Rastriya Banijya Bank, Thamel, Kathmandu

Name of Office: Central Level Project Implementation Unit (Education)

Office Code no.: 27-350-16

Revenue Account no.: 1.1.001 Rajaswa (revenue)

Shirshak no.: 14227

7. Deliver your bid:

• to the address in Para.5 above

• on or before the deadline: 18 July 2018, 12:00 hrs.

Nepal Standard Time (NST) 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.

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

21

Page 23: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Construction of Municipal Market (2-storied building including basement with 10-storied foundation) work in Jashore Pourashava under Jashore district

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) and the OPEC Fund for International Development (OFID) toward the cost of Third Urban Governance and Infrastructure Improvement (Sector) Project (UGIIPIII). 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 Local Government Engineering Department (LGED, “the Employer”) invites online bids from eligible Bidders for the Construction of Municipal Market (2-storied building including basement with 10-storied foundation) work in Jashore Pourashava (“the Works) as detailed below.

Package No e-Tender ID Description of Work Duration (Days)

UGIIP-III2/JESS/MF/01/2017

200626 Construction of Municipal Market (2-storied building including basement with 10-storied foundation) work in Jashore Pourashava under Jashore district.

450

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

4. Only eligible Bidders with the following key qualifications should participate in this bidding: Specific Similar Experience: Experience in implementing a minimum of one (1) similar contract as per bid document during the last five (5) years where the value of Bidder’s participation exceeds BDT 166,000,000.00. Average annual construction turnover: Minimum average annual construction turnover shall be greater than BDT 250,000,000.00 over the last 5 (five) years. The qualification criteria are more completely described in the Bidding Document.

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

22

Project ID No. UGIIP-III2/JESS/MF/01/2017 e-tender ID 200626Project Name: Third Urban Governance and Infrastructure Improvement (Sector)

Project (UGIIP-III)

Country: BangladeshDescription: Construction of Municipal Market (2-storied building including

basement with 10-storied foundation) work in Jashore Pourashava under Jashore district

Funding agency: Asian Development BankLast date of bid submission: 2 July 2018; 1:00 PM (Bangladesh Standard Time)

Address for bid submission: e-tender

Page 24: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 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 2 July 2018 at 1:00 PM hours Bangladesh Standard Time (BST) and online opening will be done on the same date at 1:00 PM hours Bangladesh Standard Time (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 Jessore Pourashava District: Jessore Phone :0421-68681 Mobile: 01711313906 Email: [email protected]

Sustainable Highlands Highway Investment Program – Tranche 1

Invitation for Bids

1. The Independent State of Papua New Guinea has received financing from the Asian Development Bank (“ADB”) toward the cost of Sustainable Highlands Highway Investment Program (“SHHIP”). 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 Department of Works (“DoW”, the Employer) Project Management Office invites sealed bids from eligible Bidders for the Design and Construction of an approximately 780 sq.m. Two-Storey Steel Framed Building Structure as part of a road project under which a total of 430 km of the Highlands Highway from the Nadzab Airport turn-off (Lae) to the Kagamuga Airport turn-off (Mount Hagen) will be repaired, rehabilitated, upgraded and maintained over a ten-year period.

3. The Works involve ground and foundation preparatory works; design and construction of the two-storey steel framed structures including; prefabrication of the steel frames, prefabrication of wall and roof panel systems, supply of furniture and other accessories as per the contract. Construction period is 12 months.

4. 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 countries as described in the Bidding Document.

5. Only eligible bidders having the following key qualifications and experience should participate in this bidding:

23

Project ID No. CSTB No. 3792Project Name: Sustainable Highlands Highway Investment Program – Tranche 1Country: Papua New GuineaDescription:Funding agency: Asian Development Bank (“ADB”)Last date of bid submission: 11 July 2018 at 10.00 a.m. (Local Time)

Address for bid submission: The Secretary Department of Works Waigani Drive, Boroko National Capital District Telephone: +675 324 1114 e-mail: [email protected] facsimile: +675 324 1102

Page 25: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

• Minimum of 5 years general construction experience,

• Participation in at least two (2) contracts that have been successfully or substantially completed within the last five years and that are similar to the proposed works, where the value of the Bidder’s participation exceeds PGK3.30 Million. The similarity of the Bidder’s participation shall be based on the physical size, nature of works, complexity, methods, technology, or other characteristics as described in Section 6 (Employer’s Requirements),

• Minimum average annual construction turnover over of PGK8.26 Million calculated as total certified payments received for contracts in progress or completed, within the last five years,

• As a minimum, the Bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive, and

• All pending litigation and arbitration, if any, shall be treated as resolved against the Bidder and so shall in total not represent more than 50% of the Bidder’s net worth calculated as the difference between total assets and total liabilities.

6. To obtain further information and inspect the bidding documents, bidders should contact: The Secretary Department of Works Waigani Drive, Boroko National Capital District Telephone: +675 324 1114 e-mail: [email protected] facsimile: +675 324 1102

7. To purchase the bidding documents in English, eligible bidders should:

• Submit a written application to the Chairman of the Central Supply and Tenders Board (CSTB) at the address shown below, requesting the bidding documents for CSTB No 3792: Design and Construction of a Two-Storey Steel Framed Building Structure including supply of fit-outs and furniture in Goroka, Eastern Highlands Province, and pay a non-refundable fee of PGK1,500.00 or equivalent US Dollar amount by cash or bank draft.

• An extra fee of PGK2,350.00, or equivalent US Dollar amount, will apply if a courier service is required to deliver the documents.

8. Deliver bids:

• To the address below: The Chairman Central Supply and Tenders Board (CSTB) Section 58, Allotment 11, Spring Garden Road, Poreporena Freeway Central Supply and Tenders Board Haus. Port Moresby National Capital District Papua New Guinea

• on or before the deadline of 10:00 a.m. (Local Time) on 11 July 2018.

• Bids must be accompanied by a Bid Security in the amount as described in the Bidding Document.

9. Bids will be opened at the CSTB Office immediately after the bid submission deadline in the presence of those bidders’ representatives who choose to attend.

24

Page 26: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

North-South Corridor (Kvesheti-Kobi) Road Project

Kvesheti-Kobi Road Construction

The Government of Georgia has applied for loan financing from the Asian Development Bank (ADB) and the European Bank for Reconstruction and Development (EBRD) for a project to finance the construction of Kvesheti-Kobi road, approx. 23 km. The project will be implemented by the Roads Department of the Ministry of Regional Development and Infrastructure of Georgia. The proposed project, which has a total estimated cost of USD 500 million equivalent, will require the procurement of the following goods, works and services:

Construction of the Kvesheti-Kobi Road [CP-01-Tunnel Section] – approx. 9km; Construction of the Kvesheti-Kobi Road [CP-02-Road Section] – approx.14km; Project management and construction supervision [CS-01].

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

Advance contracting procedure will be considered and used to expedite the Project implementation. EBRD approval of advance contracting will not commit EBRD to subsequently approve the project or to finance the procurement costs.

Contracts to be financed with the proceeds of the ADB and EBRD loans will be subject to the ADB Procurement Policy and Regulations (2017, as amended from time to time) (https://www.adb.org/sites/default/files/procurement-regulations-adb-borrowers.pdf) as follows:

the contract for the construction of 9km tunnel (CP-01) will be open to firms from any country, i.e. no nationality restrictions will apply, other than any restrictions arising from ITB 4.7 of ADB’s standard bidding documents for large works.

the contracts for the construction of 14km road (CP-02) and the Project management and construction supervision [CS-01] will be both subject to eligibility provisions set forth in the Procurement Regulations for ADB Borrowers.

The proceeds of the ADB and EBRD loans 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, contractors and consultants should contact:

Mr. Levan Kupatashvili, Deputy Chairman of the Roads Department

25

Project ID No. 9131-GPN-50271Project Name: North-South Corridor (Kvesheti-Kobi) Road Project

Country: GeorgiaDescription: Kvesheti-Kobi Road Construction

Funding agency: ADB, EBRD

Last date of bid submission: 04 June 2019

Address for bid submission: The Secretary Department of Works Waigani Drive, Boroko National Capital District Telephone: +675 324 1114 e-mail: [email protected] facsimile: +675 324 1102

Page 27: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Address: 12, Al. Kazbegi Ave. 0160 Tbilisi, GeorgiaTel: (+995 32) 237 05 08 ext.311Fax: (+995 32) 237 66 03Email: [email protected]

Energy

Semey District Heating Project            

Executing Agency (Client):

State Communal Enterprise “TeploKommunEnergo”, a municipal district heating company incorporated in the city of Semey in the Republic of Kazakhstan.

The Client Contact Person:

Ms Indira TusupovaChief AccountantHead of the Department of FinanceState Communal Enterprise “TeploKommunEnergo”Auezova Ave. 111, SemeyEast Kazakhstan OblastKazakhstan, F16 X0F1Tel.: +7 7222 339249E-mail: [email protected] 

The EBRD Contact Person:

Mrs Yvonne WilkinsonProcurement SpecialistEuropean Bank for Reconstruction and DevelopmentOne Exchange Square, London EC2A 2JNTel: + 44 20 73387123E-mail: [email protected] 

Project Description:

The European Bank for Reconstruction and Development (the "EBRD" or the "Bank") has developed a project (the "Project") together with the State Communal Enterprise "TeploKommunEnergo" (the "Company") and the Akimat of Semey City (the "Akimat") to upgrade the district heating (“DH”)

26

Project ID No. 9135-EOI-43123Project Name: Semey District Heating Project

Country: KazakhstanDescription: to upgrade the district heating (“DH”) system in the City of SemeyFunding agency: EBRDLast date of bid submission: 02 July 2018

Page 28: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

system in the City of Semey ("Semey" or the "City"), East-Kazakhstan Oblast in the Republic of Kazakhstan. The loan agreement was signed on 24th of December 2015.

The Project’s procurement investment plan (“PIP”) covers about 35 per cent of the City area and includes the following components:

i. Reconstruction of DH transmission network;ii. Reconstruction of DH distribution network;iii. Installation of IHSs and meters and rehabilitation of CHSs;iv. Development and installation of a hydraulic model.

Assignment Description:

The Client now intends to retain an experienced technical supervision firm (hereinafter the "Technical Supervisor") to support the Company to oversee the Project implementation process via administration and supervision of the PIP contracts implementation, including acceptance of procedures or arrangements with the relevant state authorities in accordance with the Kazakh legal requirements (the Assignment).

The expected outcome of the Assignment is supervision of the construction works completed in accordance with the Employer’s requirements of the Contract and the constructions norms of the Republic of Kazakhstan.

The Technical Supervisor’s activity should meet the requirements of all construction sites in Kazakhstan including the following obligations:

for the construction of buildings and structures for production and non-production purposes in order to ensure systematic verification and acceptance of the completed stages of construction and installation works;

for the conformity of buildings and structures with design solutions, state standards in the field of architecture, town planning and construction;

for the quality of materials, products and structures used; for the implementation of construction and commissioning of facilities in accordance with the

established procedure and within the terms determined by the agreement (contract).

For more detailed description of the services to be provided by the Technical Supervisor please refer to the Terms of Reference (hereafter the “TOR”) through the following link.

Status of Selection Process: Interested firms or group of firms are hereby invited to submit expressions of interest.

Assignment Start Date and Duration: The Assignment is expected to start in Q2 2018 and has an estimated overall duration of 24 months.

Cost Estimate for the Assignment: EUR 150,000 (exclusive of VAT). Subject to availability of funding, the performance of the selected Consultant and the specific needs of the Client the Assignment may be extended beyond the current scope.

The Consultant must determine whether any indirect taxes/VAT are chargeable on the proposed services and state the basis for such. If any indirect taxes/VAT are payable, the Client will have to pay indirect taxes/VAT element to the services directly to the Consultant unless otherwise agreed.

Funding Source: It is anticipated that the contract will be financed by Finnish Ministry of Employment & Economy Technical Co-Operation Fund.  Selection and contracting is subject to the availability of funding.

Eligibility: There are no eligibility restrictions.

27

Page 29: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Consultant Profile: Corporate services are required. The Consultant will be a firm or a group of firms with preferably previous project experience related to:

a. The provision of technical contract supervision services, including specific experience in the district heating sector, preferably in Kazakhstan and Central Asia region;

b. Projects involving carrying out engineering services in the sphere of architectural, town-planning and construction activities in Kazakhstan and performing the services;

The Consultant’s expert team is expected to include key experts as follows:

a. Key Expert No 1: Team Leader with proven experience in the supervision of similar construction works, including under FIDIC terms, in Kazakhstan or/and the region;

b. Key Expert No 2: Lead Technical Supervision Expert with proven experience in the supervision of similar construction works in Kazakhstan or/and the region;

c. Key Expert No 3: Lead Engineer with proven experience in the supervision of similar construction works in Kazakhstan.

Important requirement: Technical Supervisor shall have a corresponding certificate for the right to carry out engineering services in accordance with Kazakh law. Practical experience of performing construction supervision under FIDIC terms will be highly advantageous.

Submission Requirements: In order to determine the capability and experience of Consultants seeking to be selected, the information submitted should include the following:

1. Company/group of firms’ profile, organisation and staffing (max. 2-4 pages).

2. Details of previous project experience or similar assignments particularly undertaken in the previous five years, including information on contract value, contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided (if different from duration) , main activities, objectives.

3. CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar assignments, particularly assignments undertaken in the previous five years, including information on contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, main activities, objectives.

4. Completed Consultant Declaration Form and Contact Sheet, the template for which is available from the following web-link:

http://www.ebrd.com/pages/workingwithus/procurement/notices/csu/contact_sheet.doc.

The expression of interest shall not exceed 25 pages (excluding CVs and Consultant Declaration and Contact Sheet).

An electronic copy of the expression of interest, in English and Russian languages should be submitted to the Client not later than due date / time, preferably as one file (but no more than two file attachments: one in English and one in Russian) and not exceeding 3MB overall.

The Client reserves the right to reject applications of firms submitting more than two files.

The Expression of Interest shall be simultaneously copied to EBRD Contact person.

Important Notes:

28

Page 30: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

1. The selection will normally be made from responses to this notification only. Consultants will not be asked to submit a proposal.

The highest-ranked Consultant will be selected from a shortlist and be invited to negotiate the contract, subject to confirmation of funding. The Client intends to mobilise the services as soon as possible following competitive selection process and CVs of the proposed experts will form basis for contract negotiations. The Client reserves the right to terminate negotiations with the highest-ranked Consultant if experts proposed in the Expression of Interest are not available for performance of this Assignment.

2. The evaluation criteria shall be as follows:

a. Firm: Previous experience in provision of technical supervision services in the district heating or related sectors to include administration and supervision of contracts, including under FIDIC terms, and acceptance procedures by the relevant state authorities in accordance with the Kazakh legal requirements - 20%;

b. Firm: Previous experience in supervision of construction under Kazakhstan construction laws - 20%;

c. CVs of Key Experts:

Key Expert No 1 Team Leader with proven experience in the supervision of similar construction works, including under FIDIC terms, in Kazakhstan or/and the region - 20%

Key Expert No 2 Lead Technical Supervision Expert with proven experience in the supervision of similar construction works in Kazakhstan or/and the region - 20%

Key Expert No 3 Lead Engineer with proven experience in the supervision of similar construction works in Kazakhstan or/and the region - 20%.

29

Page 31: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

News Items

Toyo wins contracts for power plant in Japan, petrochemical unit in Indonesia WCN EDITORIAL TEAM 5 JUN 2018

Japanese company Toyo Engineering has won a contract from Obayashi Kamisu Biomass Power Generation to construct a 50MW-class biomass power plant jointly with Obayashi Corporation in Kamisu-shi, Ibaraki Prefecture.

Under the contract, Toyo Engineering will construct a dedicated biomass-fired power plant that will use wood pellets as primary fuel.

The facility will be a highly efficient biomass-fired plant based on the reheat system where steam, after expansion through high pressure steam turbine, will be sent back and reheated in the boiler, then resent to the low pressure steam turbine for further expansion, resulting in high power generation efficiency.

Toyo Engineering will carry out the EPC turnkey contract on a full turn-key basis, which includes engineering, procurement, construction and commissioning services for a power generation unit.

The construction is scheduled for completion in 2021. 

Toyo has been working on thermal power plants and photovoltaic power plants, positioning the infrastructure field centred on power generation plants as one of its core businesses.

The company has also won an EPC contract from PT Chandra Asri Petrochemical (CAP) of Indonesia and its subsidiary PT Petrokimia Butadiene Indonesia (PBI) for the construction of 43,000 tpa Butene-1 production unit, 127,000 tpa Methyl tert-butyl ether production unit, and 220 tonnes/hour Enclosed Ground Flare.

These facilities will be constructed inside CAP’s petrochemical complex in Cilegon, Banten, on the western tip of Java, Indonesia.

Toyo Engineering will be in charge of a part of engineering and offshore supply services and PT Inti Karya Persada Tehnik, Toyo’s Indonesian subsidiary, will be responsible for engineering, domestic procurement and construction work.

The plant is scheduled for completion in 2020. 

30

Page 32: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

Currently, Toyo is executing several projects, including a 400,000 tpa polyethylene production plant for CAP, a 120,000 tpa synthetic rubber plant for PT Synthetic Rubber Indonesia, a joint venture between Michelin and PT Styrindo Mono Indonesia, a subsidiary of CAP.

The company is also executing a project to expand butadiene production capacity from 100,000 tpa to 137,000 tpa for PBI.

HCC wins $110m nuclear power contract in Bangladesh WCN EDITORIAL TEAM 7 JUN 2018

Indian infrastructure company Hindustan Construction Company (HCC), in a joint venture with Bangladeshi construction company MAX Group, has won a $110m contract for civil works of Turbine Island for Unit 1 of Rooppur Nuclear Power Plant in Bangladesh.

The contract has been awarded by Russia’s state nuclear company, JSC Atomstroyexport. HCC’s share in the joint venture is 40% ($44m).

The Rooppur Nuclear Power Plant, located 190km away from Dhaka, will be built with Russian technology and equipped with two VVER Reactors of 1,200MW each. These reactors are similar to those at the Kudankulam Nuclear Power Plant in Tamil Nadu.

HCC director and group CEO Arjun Dhawan said: “HCC has become the first Indian company to participate in the international civil nuclear market. We are confident of delivering this job on time with precision in quality, safety, and state-of-the-art technology.

“We look forward to further project awards in Rooppur NPP and expanding our infrastructure footprint in Bangladesh.”

India has recently signed a civil nuclear cooperation agreement with Bangladesh, under which India has extended expertise and project support for the neighbouring country’s first nuclear power plant.

India cannot participate directly in the construction of atomic power reactors as it is not a member of the Nuclear Suppliers Group (NSG). But Indian companies can participate in the construction and installation works and in the supply of equipment of non-critical category.

HCC is the only Indian company which has constructed a nuclear power project with Russian VVER type Light Water nuclear reactors.

The company has constructed 65% of the country’s installed nuclear power capacity and 15 of the 24 nuclear reactors in India have been built by HCC.

31

Page 33: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

India’s largest light water reactors at Kudankulam nuclear power plant were built by HCC in 2010.

HCC is currently involved in the construction of the first phase of Integrated Nuclear Recycle Plant of BARC in Tarapur, Fast Reactor Fuel Cycle Facility (FRFCF) in Kalpakkam and Units 7 and 8 (2×700MW) PWHR at Rawatbhata, Kota, Rajasthan.

L&T Construction- Marubeni JV bags Rs 31.9 bn order for Dhaka MetroPress Trust of India  |  New Delhi Last Updated at May 25, 2018 16:09 IST

The project is funded by the Japan International Corporation Agency (JICA) through bilateral aid from Japan to Bangladesh

Larsen & Toubro (L&T) on Friday said L&T Construction has bagged a Rs 31.91 billion order from Dhaka Mass Transit Company for construction of a railway line for Dhaka Metro.

L&T said it has secured the order in JV with Marubeni Corporation (Japan) through an international competitive bidding process.

"The railways strategic business group of L&T Construction's transportation infrastructure business has won a major design and build order from the Dhaka Mass Transit Company (DMTC) worth  Rs 31.91 billion for electrical and mechanical systems package of Dhaka Mass   Rapid Transit   Development Project (MRT - line 6)," the firm said in a BSE filing.

Line 6 is the first route of the Mass   Rapid Transit   system in Bangladesh. The project is funded by the Japan International Corporation Agency (JICA) through bilateral aid from Japan to Bangladesh.

32

Page 34: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

India, World Bank sign $500 mn loan agreement for PMGSY Rural Roads ProjectANI  |  New Delhi Last Updated at May 31, 2018 21:35 IST

The Indian government and the World Bank on Thursday signed a $500 million loan agreement to provide additional financing for the Pradhan Mantri Gram Sadak Yojana (PMGSY) Rural Roads Project, implemented by Ministry of Rural Development.

The PMGSY will build 7,000 km of climate resilient roads, out of which 3,500 km will be constructed using green technologies.

The World Bank has supported PMGSY since its inception in 2004.

So far it has invested over $1.8 billion in loans and credits mostly in the economically weaker and hill states across North India - Bihar, Himachal Pradesh, Jharkhand, Meghalaya, Rajasthan, Uttarakhand, and Uttar Pradesh.

It has built and improved about 35,000 km of rural roads and benefited about eight million people with access to all-weather roads.

The loan agreement for the project was signed by Sameer Kumar Khare, joint secretary, Department of Economic Affairs, Ministry of Finance, on behalf of the government of   India   and Junaid Ahmad, country director, World Bank India, on behalf of the World Bank in the presence of Alka Upadhyaya, joint secretary (RC), Ministry of Rural Development.

"The PMGSY over the years has brought about a paradigm shift in the way rural roads are mapped, designed, monitored and built, involving communities especially women," said Khare.

"The additional finance will bring a new shift in construction technology using green and low carbon designs and climate resilient construction techniques. Now more rural communities will have access to better economic opportunities and social services," Khare added.

Adequate maintenance of the existing 4.6 million km of road network is emerging as a major challenge.

Many parts of the existing road network are either vulnerable to or have already suffered damage from climate induced events such as floods, high rainfall, sudden cloud bursts and land-slides.

33

Page 35: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

"To support the rural economy and communities and households that depend on rural livelihoods, it will be critical to ensure that infrastructure is built and maintained to withstand climatic changes," said Junaid Ahmad, World Bank Country   Director   in India.

"This project will demonstrate how climate resilient construction can be integrated in the strategy and planning of rural roads," he added.

The PMGSY and the Bank's involvement under this additional financing, will emphasise on managing the rural road network through green and climate-resilient construction using green, low-carbon designs and new technologies - far beyond merely funding civil works.

This will be done through the following measures: climate vulnerability assessment during the design process to identify the critical locations affected by floods, water-logging, submergence, cloud bursts, storms, landslides, poor drainage, excessive erosion, high rainfall, and high temperatures.

Special treatment for flood-affected areas through adequate waterways and submersible roads to allow easy passage of water, use of concrete block pavements, and improved drainage; use of environmentally optimised road designs and new technologies which uses local and marginal materials and industrial by-products such as sand, local soils, fly ash, brick kiln wastes, and other similar materials in place of crushed rocks; innovative bridges and culverts through use of pre-fabricated/pre-cast units for roads and bridges having better ability to withstand earthquakes and water forces such as continuous beams, bearing free construction, and river training works; use of hill cutting material in hill roads ensuring its productive use and resolving its disposal problem, use of bio-engineering measures, improved drainage and other treatments for landslide prone areas and providing adequate slope protection.

The additional financing will also fill the gender gap by creating employment opportunities for women in construction and maintenance.

The earlier project had piloted community-based maintenance contracts through women self-help groups (SHGs) for routine maintenance of 200 km of PMGSY roads in Uttarakhand, Meghalaya and Himachal Pradesh.

SHG-run maintenance contracts will now be extended to about 500 km roads over five states.

"All components of the project will have substantial climate co-benefits and help road agencies in India to substantially minimise GHG emissions. Improving road conditions alone will result on an average in direct savings of 2.68 million tons annually in GHG emissions and minimise the annual losses of about USD 9 billion in the road asset value and an equal amount by way of high vehicle operating costs," said Ashok Kumar, senior highway engineer and World Bank's task team leader for the project.

34

Page 36: asia June2018.docx · Web view7. A complete set of Bidding Document in English language (applicable for individual or both Lots) may be purchased by interested bidders upon submission

Global Project News (Asia): June’ 2018

The $500 million loan, from the International Bank for Reconstruction and Development (IBRD), has a three-year grace period, and a maturity of 10 years.

35