39
Global Project News (Asia): May ’ 2018 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: May’ 2018 Vol. 118 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 may 2018.docx  · Web view2. The Office of the Project Director, Irrigation Management Improvement Project, Bangladesh Water Development Board (BWDB, “the Employer”) invites

  • Upload
    lydung

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

Global Project News (Asia): May ’ 2018

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: May’ 2018

Vol. 118

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): May ’ 2018

INDEX

Tenders

Project Country Dead Line Page no.

Water/ Irrigation

Irrigation Management Improvement Project (IMIP), Bangladesh

Bangladesh 21 June 2018 3

Kathmandu Valley Water Supply Improvement Project (Additional Financing): Supply, Installation and Integration/ Disintegration of Existing & New Network

Nepal 05 June 2018 5

Reconstruction of Sarymsak Main Irrigation Canal Kyrgyzstan 17 July 2018 7

Khujand Solid Waste Management Tajikistan 15 May 2019 9

Social Infrastructure

Third Urban Governance and Infrastructure Improvement (Sector) Project - Additional Financing (UGIIP-III)

Bangladesh 11 June 2018 9

Coastal Towns Environmental Infrastructure Project: Improvement of 4 nos road with road side drain (totaling 2896 m) at Patuakhali Pourashava

Bangladesh 07 June 2018 10

Re-excavation of Bhola khal (Ch. 2600-4750 m) totaling 2150 m with RCC retaining wall, walk way and bank protection at Bhola Pourashava

Bangladesh 07 June 2018 13

The Second Greater Mekong Subregion Corridor Towns Development Project: Houayxay Urban Roads and Drainage

Lao PDR 27 June 2018 14

Aircraft Pavement Upgrading, New Terminal Building and Associated Works at Madang Airport, Madang Province

Papua New Guinea

28 June 2018 16

Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe

Tajikistan 05 June 2018 19

Reconstruction of Kulyab – Kalaykhumb Road Project, Sections A and F-

Tajikistan 04 July 2018 21

Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe, Vocational Polytechnic Lyceum in Dushanbe, Technical Vocational Sewing Lyceum in Dushanbe

Tajikistan 05 June 2018 23

Energy

1

Global Project News (Asia): May ’ 2018

Ha Noi and Ho Chi Minh City Power Grid Development Sector Project

Vietnam 02 July 2018 25

Power Grid Enhancement Project Georgia 07 june 2018 27

Power Grid Enhancement Project: Design, Supply, Installation and Commissioning of Substation

Georgia 14 June 2018 29

2

Global Project News (Asia): May ’ 2018

Tenders

Water

Irrigation Management Improvement Project (IMIP), Bangladesh

Invitation for Bids

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 applied to 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 Comprises of following “Farmer’s Distribution System, Stage: 2: 5400 ha of buried pipe systems, with Pump and Tele Prepaid Meters for Muhuri Irrigation Project under Irrigation Management Improvement Project”.

3. The contract involves the following major items of works to be executed over a period of 24 months.

Sl. no Brief description of works Quantity 1 PART-A: PUMP HOUSES 235 Schemes 2 PART-B: HEADER TANK, BURIED PIPE SYSTEM INCLUDING uPVC PIPELINE AND ASSOCIATED STRUCTURES a PART-C: PUMPING EQUIPMENT, STEEL PIPEWORK AND FITTINGS b PART-D: TELE- PREPAID ENERGY METER SYSTEM AND ACCESSORIES

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

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

• Minimum average annual construction turnover of USD 9.0 million or BDT 7162.00 lakh calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.

3

Project ID No. CW-05 ICBProject Name: Irrigation Management Improvement Project (IMIP)Country: BangladeshDescription: Farmer’s Distribution System, Stage: 2: 5400 ha of buried pipe

systems, with Pump and Tele Prepaid Meters for Muhuri Irrigation Project under Irrigation Management Improvement Project

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 21 June 2018, 12:00 Hours Bangladesh Standard Time (BST)

Address for bid submission: Project Management unit (PMU), Irrigation Management Improvement Project (IMIP), MIP, 23/1 Hasan Court (3rd floor), Motijheel C/A, Dhaka-1000

Global Project News (Asia): May ’ 2018

• Participation in at least one (1) contract that has been successfully or substantially completed within the last ten (10) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds USD 4.0 million or BDT 3200.00 lakh

6. To obtain further information and inspect the bidding documents, Bidder should contact: Mr. Md. Rafiqul Alam Superintending Engineer & Project Director, Irrigation Management Improvement Project (IMIP), 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].

7. A complete set of bidding documents in English may be purchased by interested eligible bidders upon submission of a written application to the address above and upon payment of a fee of USD 125 (one hundred twenty-five dollar) or BDT 10,000 (in words taka ten thousand only). The method of payment will be in the form of Demand Draft/Pay Order payable to Deputy Director, Dhaka RAC, BWDB, Dhaka issued by a scheduled bank in Bangladesh or a cashier’s or certified cheque issued by a reputed bank in an eligible foreign country. 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 above-mentioned office 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 payable to Deputy Director, Dhaka RAC, BWDB, Dhaka issued by a scheduled bank in Bangladesh or a cashier’s or certified cheque issued by a reputed bank in an eligible foreign country. The Employer accepts no liability for loss or late delivery.

8. A pre-bid meeting shall be held at 11.00 hours BST on 21 May 2018 at BWDB office at the address indicated in Para 6 above.

9. Deliver your bid:

• To the address below:

Project Management unit (PMU), Irrigation Management Improvement Project (IMIP), MIP, 23/1 Hasan Court (3rd floor), Motijheel C/A, Dhaka-1000

• On or before 21 June 2018; 12:00 hours BST. Late Bids will not be accepted.

• Together with a Bid Security in the amount as specified in the Bidding Document.

Technical bids will be opened on 21 June 2018 at 12:30 hours BST 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.

4

Global Project News (Asia): May ’ 2018

Kathmandu Valley Water Supply Improvement Project (Additional Financing): Supply, Installation and Integration/ Disintegration of Existing & New Network

Invitation for Bids – Rebidding

1. The Government of Nepal has received a financing from the Asian Development Bank (ADB) toward the cost of Kathmandu Valley Water Supply Improvement Project (Additional Financing). Part of this financing will be used for payments under the Contract named above. Bidding is open only to bidders from eligible source countries of the ADB.

2. Project Implementation Directorate, Kathmandu Upatyaka Khanepani Limited (“the Employer”) invites sealed bids from eligible bidders for the contract Supply, Installation and Integration/ Disintegration of Existing & New Network which includes laying of approximately 10km of DI pipe with necessary fittings; valve chambers; sump well; road reinstatement works, etc.

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

• Minimum average annual construction turnover of NRs. 306 million, calculated as total certified payments received for contracts in progress or completed, within the last 5 (five) years.

• Participation in at least 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 NRs. 122.50 million.

5

Project ID No. KUKL/DNI/W/02/23Project Name: Kathmandu Valley Water Supply Improvement Project (Additional

Financing)Country: NepalDescription: Supply, Installation and Integration/ Disintegration of Existing & New

NetworkFunding agency: Asian Development Bank (ADB)Last date of bid submission: 10 June 2018, 12:00 Noon, Nepal Standard Time (NST)

Address for bid submission: The Project Director Project Implementation Directorate (PID) Kathmandu Valley Water Supply Improvement ProjectStreet Address : Anamnagar-Tanka Prasad Ghumti Sadak 1235/59 City : Kathmandu, Country : Nepal Tel No. : 977 1 4224986 Fax No. : 977 1 4224057 E-mail : [email protected]

Global Project News (Asia): May ’ 2018

• Supplying, laying and installation of pressure water pipeline (DI) having cumulative length of minimum 08 km within the last five (5) years, that have been successfully or substantially completed and that are similar to the proposed works.

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

The Project Director Project Implementation Directorate (PID) Kathmandu Valley Water Supply Improvement ProjectStreet Address : Anamnagar-Tanka Prasad Ghumti Sadak 1235/59 City : Kathmandu, Country : Nepal Tel No. : 977 1 4224986 Fax No. : 977 1 4224057 E-mail : [email protected]

6. To purchase the Bidding Document, eligible bidders should on or before 10 June 2018; 12.00 hrs. (NST)

• Visit the office of Project Implementation Directorate at the address indicated above

• Pay a non-refundable fee of NRs 10,000.00 in the bank Account mentioned below;

Name of Bank: NIC, New Road, Kathmandu Account Name: Kathmandu Upatyaka Khanepani Limited Account No.: 021384C Swift Code: NICENPKA

7. A pre-bid meeting shall be held at 2:00 PM (NST) on 24 May 2018 at PID Office at Anamnagar, Kathmandu.

8. Deliver your bid:

• To the address in para. 5 above

• On or before the deadline: 10 June 2018; 12:00 Hrs. (NST). Late Bids will not be accepted.

• Together with a Bid Security in the amount as specified in the Bidding Document (Section 2: Bid Data Sheet Clause ITB 19.1)

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

10. In case the day of final Bid submission falls on a public holiday, the final Bid submission date shall be following working day.

11. The KUKL/Project Implementation Directorate will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of Bids.

6

Global Project News (Asia): May ’ 2018

Reconstruction of Sarymsak Main Irrigation Canal                          1. This Specific Procurement Notice follows the general procurement notice for this project that appeared in local newspaper Slovo Kyrgyzstana dated May 8, 2018. The Kyrgyz Republic has received a financing from the Islamic Development Bank (IDB) in various currencies towards the cost of Sarymsak Irrigation Scheme Development Project. It is intended that part of the proceeds of this financing will be applied to eligible payments under the contract for Reconstruction of Sarymsak Main Irrigation Canal Contract No: SISDP/CW/1. 

2. The Project Management Unit of the Department of Water Resources and Land Improvement under the Ministry of Agriculture, Food Processing and Melioration of the Kyrgyz Republic now invites sealed bids from eligible bidders for the reconstruction of Sarymsak main irrigation canal. The main works in the scope of the Contract shall consist of:  Rehabilitation of existing canal in L-shaped blocks selectively on canal reach of 4.2 km with structures,  Construction of the new concrete lined canal by length 4.3 km with structures;  Extension of Sarymsak canal for 4.5 km including structures. 

3. The Bidders shall be subject to post-qualification and those who only meet the qualification criteria shall be considered for award. The construction period is expected be around 36 months. 

4. Bidding will be conducted through the international competitive bidding procedures limited to IsDB Member Countries as specified in the Guidelines for Procurement of Goods and Works under Islamic Development Bank Financing (May 2009, Amended February 2012), and is open to all eligible bidders as defined in the guidelines. 

5. Interested eligible bidders may obtain further information from and inspect the bidding documents at the office of: 

Sarymsak irrigation Scheme Development Project Management Unit, Department of Water Resources and Land Improvement under the Ministry of Agriculture, Food Processing and Melioration of the Kyrgyz Republic Toktonaileva Street 4A, room #15 720055 Bishkek, Kyrgyz Republic Tel/Fax: (996 312) 540 537 

7

Project ID No. SISDP/CW/1 Financing No : Loan IDB-KYR-0053Project Name: Sarymsak Irrigation Scheme Development Project (KYR-0053) Country: KyrgyzstanDescription: Reconstruction of Sarymsak Main Irrigation Canal

Funding agency: Islamic Development Bank (IDB)Last date of bid submission: 17 July 2018

Address for bid submission: Sarymsak irrigation Scheme Development Project Management Unit, Department of Water Resources and Land Improvement under the Ministry of Agriculture, Food Processing and Melioration of the Kyrgyz Republic Toktonaileva Street 4A, room #15 720055 Bishkek, Kyrgyz Republic Tel/Fax: (996 312) 540 537 E-mail: [email protected] 

Global Project News (Asia): May ’ 2018

E-mail: [email protected] 

6. A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of US$ 200 (Two hundred US Dollars) or equivalent in Kyrgyz Som. The method of payment will be by cashier’s check or direct deposit to the following accounts: Beneficiary - Sarymsak Irrigation Scheme Development PMU 

a. Payee name: Optima Bank OJSC, Bishkek, Kyrgyz Republic, SWIFT: ENEJKG22, in favor of Sarymsak irrigation Scheme Development Project (KYR-0053/54), to account #1090828235570292 b. Payee address: Toktonalieva str. 4 a, Bishkek city, Kyrgyz Republic c. Payee account number: A/c #30111840700000000415 d. Payee Bank name: Sberbank, Moscow, Russia e. Payee Bank address: Moscow, Russia f. Payee Bank code: 8900057610 g. Payee Bank SWIFT code: SWIFT: SABRRUMM h. Correspondence Bank: The Bank of New York Mellon, New York, USA. SWIFT: IRVTUS3N The document will be sent by e-mail or by air courier subject to payment of an additional amount of US$ 200 (Two hundred US Dollars). 

7. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Islamic Development Bank Standard Bidding Documents: Procurement of Works. 

8. Bids must be delivered to the above office on or before 15:00 (Bishkek time) on 17 July 2018 and must be accompanied by a security of US$ 90,000 (ninety thousand US Dollars) or equivalent. 

9. Bids will be opened in the presence of bidders’ representatives who choose to attend at 15:30 (Bishkek time) on 17 July 2018 at the offices of: 

Sarymsak irrigation Scheme Development Project Management Unit, Department of Water Resources and Land Improvement under the Ministry of Agriculture, Food Processing and Melioration of the Kyrgyz Republic Toktonaileva Street 4A, room #15 720055 Bishkek, Kyrgyz Republic Tel/Fax: (996 312) 540 537 

 

8

Global Project News (Asia): May ’ 2018

Khujand Solid Waste Management

GENERAL PROCUREMENT NOTICE

The Communal State Unitary Enterprise (CSUE) «Khizmatrasonii Naqliyoti Sanitari» intends using the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank) and a grant from an international donor to further improve solid waste management services in Khujand city. The proposed project, which has a total estimated cost of USD 5 million equivalent, will require the procurement of the following goods, works and services:

Extension of the landfill; Refurbishment of waste collection points and operational center.

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

Contracts to be financed with the proceeds of a loan and a grant from the Bank 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 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. Khaydarjon Ishonkulov

General DirectorCSUE “Khizmatrasonii Naqliyoti Sanitari”

Address R. Nabiev street 195, Khujand, Republic of Tajikistan,Tel:  +992 3422 6-18-35; +992 3422 4-05-71;

Fax: +992 3422 6-61-95E-mail: [email protected]

 

Social Infrastructure

9

Project ID No. 9091-GPN-47477Project Name: Khujand Solid Waste ManagementCountry: TajikistanDescription: Extension of the landfill;

Refurbishment of waste collection points and operational center

Funding agency: EBRDLast date of bid submission: 15 May 2019

Address for further information:

Mr. Khaydarjon IshonkulovGeneral DirectorCSUE “Khizmatrasonii Naqliyoti Sanitari”Address R. Nabiev street 195, Khujand, Republic of Tajikistan,Tel:  +992 3422 6-18-35; +992 3422 4-05-71;Fax: +992 3422 6-61-95E-mail: [email protected]

Global Project News (Asia): May ’ 2018

Third Urban Governance and Infrastructure Improvement (Sector) Project - Additional Financing (UGIIP-III)

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Third Urban Governance and Infrastructure Improvement (Sector) Project - Additional Financing (UGIIP-III). 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 Vertical Extension of 1st floor (Super market), 2nd and 3rd floor (Modern Auditorium) of Shahid Satu Complex at Chapainawabganj Pourashava (“the Works) as detailed below.

Package No. e-Tender ID Description of Work Duration (Days)UGIIP-III2/AF/CHAP/MF/01/2017

193947 Vertical Extension of 1st floor (Super market), 2nd and 3rd floor (Modern Auditorium) of Shahid Satu Complex at Chapainawabganj Pourashava

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 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: 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 81,500,000.00. Average annual construction turnover: Minimum average annual construction turnover shall be greater than BDT 122,500,000.00 over the last 5 (five) years.

• Liquid Assets or Credit Facilities: Minimum amount of Liquid Assets or Credit Facilities for this Package is BDT 20,500,000.00. More details of qualification requirements are mentioned in the Bidding Documents.

10

Project ID No. UGIIP-III-2/AF/CHAP/MF/01/2017Project Name: Third Urban Governance and Infrastructure Improvement (Sector)

Project - Additional Financing (UGIIP-III)Country: BangladeshDescription: Vertical Extension of 1st floor (Super market), 2nd and 3rd floor

(Modern Auditorium) of Shahid Satu Complex at Chapainawabganj Pourashava

Funding agency: Asian Development BankLast date of bid submission: (e-Tender): 11 June 2018; 1:00 PM (Bangladesh Standard Time)

Address for bid submission: e-tender

Global Project News (Asia): May ’ 2018

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 June 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 Chapainawabganj Pourashava District: Chapainawabganj E-mail: [email protected] Phone: 0781-52227 Mobile: 01759-177319 Email: [email protected]

Coastal Towns Environmental Infrastructure Project: Improvement of 4 nos road with road side drain (totaling 2896 m) at Patuakhali Pourashava

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 Patuakhali Pourashava, District: Patuakhali, ("the Employer") invites online bids/tenders from eligible Bidders for the Improvement of 4 nos road with road side drain (totaling 2896 m) at Patuakhali Pourashava; Upazila - Patuakhali; District: Patuakhali ("the Works").

11

Project ID No. e-GP/CTEIP/2017-18/PAT/RD-04Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Improvement of 4 nos road with road side drain (totaling 2896 m) at

Patuakhali Pourashava

Funding agency: Asian Development Bank (ADB)Last date of bid submission: (e-Tender): 7 June 2018 at 14:00 hours Bangladesh Standard Time

Address for bid submission: e-tender

Global Project News (Asia): May ’ 2018

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 1 (one) contract within the last 5 (five) years where the value of the Bidder’s participation exceeds BDT 45.00 million.

• Average Annual Construction Turnover: minimum BDT 60.00 million over the last 5 (five) years

• Liquid Assets or Credit Facilities: minimum BDT 8.00 million More details of qualification requirements are mentioned in the biding documents

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

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

7. The deadline for submission of e-Tenders (bids) is on 7 June 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 Patuakhali Pourashava, Patuakhali Telephone: +880 044165101 Fax: +880-44162012 Email: [email protected]

12

Global Project News (Asia): May ’ 2018

Re-excavation of Bhola khal (Ch. 2600-4750 m) totaling 2150 m with RCC retaining wall, walk way and bank protection at Bhola Pourashava

Loan/Grant Nos. L3133-BAN(SF)/L8284-BAN(SCF)/G0394-BAN

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 Bhola Pourashava, District: Bhola, ("the Employer") invites online bids/tenders from eligible Bidders for the Re excavation of Bhola khal (Ch. 2600-4750 m) totaling 2150 m with RCC retaining wall, walk way and bank protection at Bhola Pourashava ("the Works").

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

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

• Specific Similar Experience: at least 2 (Two) contracts within the last 5 (five) years where the value of the Bidder’s participation exceeds BDT 120.00 million.

o One package in should be construction of Reinforcement concrete works and value should be BDT 110.00 million.

o Another package should be Earth work excavation and value should be BDT 10.00 million.

• Average Annual Construction Turnover: minimum BDT 150.00 million over the last 5 (five) years

• Liquid Assets or Credit Facilities: minimum BDT 20.00 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.

13

Project ID No. e-GP/CTEIP/2017-18/BHO/DR-08Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Re-excavation of Bhola khal (Ch. 2600-4750 m) totaling 2150 m with

RCC retaining wall, walk way and bank protection at Bhola Pourashava

Funding agency: Asian Development BankLast date of bid submission: (e-Tender): 7 June 2018 at 14:00 hours Bangladesh Standard Time

Address for bid submission: e-tender

Global Project News (Asia): May ’ 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 7 June 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 Bhola Pourashava, Bhola Telephone: +880 49162737 Fax: +880 49162155 Email: [email protected]

The Second Greater Mekong Subregion Corridor Towns Development Project: Houayxay Urban Roads and Drainage

Loan No.: ADB Loan 3315/8296-LAO

Invitation for Bids

1. The Lao Democratic People’s Republic has received financing from the Asian Development Bank towards the cost of the Second Greater Mekong Subregion Corridor Towns Development Project, and intends to apply part of the proceeds towards payment under the named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Ministry of Public Works and Transport (the “Employer”) through the Department of Housing and Urban Development invites sealed bids from eligible Bidders for the works contract of HXYB1-Houayxay Urban Roads and Drainage. Implementation time is eighteen (18) months and the Defect Liability period is twelve (12) months.

14

Project ID No. ICB-HXYB1Project Name: The Second Greater Mekong Subregion Corridor Towns Development

ProjectCountry: Lao Democratic People’s RepublicDescription: Houayxay Urban Roads and Drainage

Funding agency: Asian Development BankLast date of bid submission: 27 June 2018 at 14:00 hours

Address for bid submission: The Meeting Room of the Project Implementation Unit Office (PIU) Provincial Department of Public Works and Transport Ban Oudom, Houayxay District, Bokeo Province Lao PDR Tel: +856-84 215026 Fax: +856-84 215026

Global Project News (Asia): May ’ 2018

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

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

• Contracts of Similar Size and Nature:

A minimum two (2) contracts that have been successfully or substantially completed within the last five (5) years after 1 January 2013 and that are similar to the proposed works, where the value of each contract of the Bidder’s participation exceeds US$ 7.5 million.

• Construction Experience in key activities:

Key experience in (i) Roads (asphalt, asphalt concrete) with road side drainage, road safety features and signage and (ii) culvert construction.

Financial Criteria:

• The Bidder shall demonstrate that its financial resources meet or exceed the total requirement for the subject contract of US$1.6 million.

• The audited balance sheets or other financial statements acceptable to the Employer, for the last three (3) years (2015, 2016 and 2017) shall be submitted and must demonstrate the current soundness of the Bidder's financial position. 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.

• Minimum average annual construction turnover of US$ 12.5 million calculated as total certified payments received for contracts in progress and/or completed within the last three (3) years. The qualification criteria are more completely described in the Bidding Document. 5. Interested eligible Bidders may obtain further information from the Project Director, Mme. Malychanh Sananikhom, at e-mail address: [email protected], Tel: (856-21) 253116, and inspect the Bidding Documents during office hours, 09:00 to 16:00 hours, at the address given below:

• For Vientiane Capital Office, please contact Ms. Malychanh Sananikhom, Director of Project Coordination Unit (PCU), Department of Housing and Urban, Ministry of Public Works and Transport, Vientiane Capital, Lao PDR. Tel: (856-21) 253116 Fax: (856-21) 253114, E-mail address: [email protected].

• For Bokeo Province Office: please contact Mr. Souchat Souttavong, Director of Project Implementation Unit (PIU), Department of Public Works and Transport, Rd. No. 3 Ban Oudom, Houayxay District, Bokeo Province, Lao PDR. Tel: +856-84 215026, Fax: +856- 84 215026, Email address: [email protected]

6. A complete set of Bidding Documents in English shall be purchased by interested Bidders upon written application and payment of a non-refundable fee of $200 or 1,600,000 Lao Kip in cash or Demand Draft or Pay Order beginning on 16 May 2018. The method of delivery shall be hand to hand at the employer address above and the delivery by courier can be arranged upon request by Bidders for an additional fee of US$50 (Fifty US Dollars). A complete set of Bidding Document can be purchased at two locations mentioned above.

7. Bids must be delivered to the address below on or before 14:00 hours on 27 June 2018. Electronic bidding will not be permitted. Late bids will be rejected. Bids will subsequently be opened in public in the presence of the Bidders' designated representative at the address below. All bids must be accompanied by a Bid Security as described in the Bidding Document.

15

Global Project News (Asia): May ’ 2018

8. The address for receiving bids is as follows:

The Meeting Room of the Project Implementation Unit Office (PIU) Provincial Department of Public Works and Transport Ban Oudom, Houayxay District, Bokeo Province Lao PDR Tel: +856-84 215026 Fax: +856-84 215026

Aircraft Pavement Upgrading, New Terminal Building and Associated Works at Madang Airport, Madang Province

Loan No.: L3496/3497-PNG

1. The Independent State of Papua New Guinea has received a loan from the Asian Development Bank (ADB) towards the cost of Civil Aviation Development Investment Program – Tranche 3. Part of this loan will be used for payments under the contract named above. This contract will be jointly financed by the Government of the Independent State of Papua New Guinea. The eligibility rules and procedures of ADB will govern the bidding process.

2. The National Airports Corporation (“the Employer”) invites sealed bids from potential eligible Bidders for the Aircraft Pavement Upgrading, New Terminal Building and Associated Works at Madang Airport, Madang Province.

The works comprises the following:

• Construction of Aircraft Pavements for Runway, Taxiway and Apron;

16

Project ID No. CADIP-B3-21-2A1Project Name: Civil Aviation Development Investment Program – Tranche 3

Country: Papua New GuineaDescription: Aircraft Pavement Upgrading, New Terminal Building and Associated

Works at Madang Airport, Madang Province

Funding agency: Asian Development BankLast date of bid submission: 28 June 2018 at 13:00 hours (Local Time)

Address for bid submission: Mr. Manuai Kametan – Program Director Civil Aviation Development Investment Program Project Implementation Unit Greenhouse Building No. 149 Jacksons Parade, 7 mile PO Box 684 Boroko, 111, National Capital District, Papua New Guinea Telephone: (675) 324 4509 Facsimile number: (675) 325 2333 Electronic mail address: [email protected]

Global Project News (Asia): May ’ 2018

• Design and Construction of New Terminal Facility;

• Construction of Landside Building Facilities including carpark and access road;

• Electrical and ICT Installations;

• Security Fence Installation;

• Other Associated Works.

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

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

• The Bidder must demonstrate that its financial resources, less its financial obligations for its current contract commitments, meet or exceed the total requirement for the Subject Contract of US$ 40.5 Million.

• Construction Experience and participation in at least one (1) contract within the last ten (10) years with a value of at least US$ 24.30 Million that have been successfully or are substantially completed by the Bidder and that are similar in physical size, nature of works, complexity, methods, and technology.

• For the above or other contracts executed during the last seven (7) years, a minimum construction experience in the following key activities:

1) Aircraft Pavement Construction;

2) Bituminous Chip Seal Surfacing;

3) Airport Terminal Building Design & Construction; and

4) Electrical and ICT Installations.

The qualification criteria are more completely described in the Bidding Document.

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

Mr. Manuai Kametan – Program Director Civil Aviation Development Investment Program Project Implementation Unit Greenhouse Building No. 149 Jacksons Parade, 7 mile PO Box 684 Boroko, 111, National Capital District, Papua New Guinea Telephone: (675) 324 4509 Facsimile number: (675) 325 2333 Electronic mail address: [email protected]

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

• Write to the address above requesting the Bidding Documents for the Aircraft Pavement Upgrading, New Terminal Building and Associated Works at Madang Airport, Madang Province, CADIP-B3-21-2A1.

17

Global Project News (Asia): May ’ 2018

• Pay a nonrefundable fee of US$200.00 or its equivalent in Papua New Guinea Kina (PGK):

Account Name: Civil Aviation Development Investment Program GoPNG

Project Account Number: 13574119

BSB Number: 018-911 (Jacksons Airport Branch)

Bank: Australia & New Zealand (PNG) Ltd

Swift Code Number: ANZGPX

Payment Instructions: Please pay and provide banking receipts and support documents to the CADIP to provide an official receipt as proof of payment.

7. Deliver your bid:

• To the address above

• on or before the deadline for bid submission: 13:00 hours (Local Time) on 28 June 2018

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

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

18

Global Project News (Asia): May ’ 2018

Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe

Invitation for Bids

1. The Republic of Tajikistan has received financing from the Asian Development Bank (ADB) toward the cost of Strengthening Technical and Vocational Education and Training (TVET) Project. Part of this financing will be used for payments under the contract named above. This contract will be financed by Clean Energy Fund and the eligibility rules and procedures of ADB will govern the bidding process. No nationality restrictions apply other than restriction arising from ITB 4.7.

2. The Ministry of Labor, Migration and Employment (“the Employer”) invites sealed bids from eligible Bidders for the Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe (“the Works”). The works shall be completed within four (4) months from Contract Start Date.

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s Single-Stage: One Envelope procedure and is open to all eligible Bidders without nationality restrictions.

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

• Participation in at least one (1) contract that has been successfully or is substantially completed within the last five (5) years and that is similar to the proposed civil works where the value of the Bidder’s participation exceeds Two Million Tajik Somoni (TJS 2,000,000.0) or equivalent;

• Minimum average annual construction turnover of Four Million Four Hundred Thousand Tajik Somoni (TJS 4,400,000.0) or equivalent calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. The qualification criteria are more completely described in the Bidding Document.

5. To obtain further information and inspect the Bidding Documents, Bidders should contact PAG office with the following details:

Attention: Procurement Unit

19

Project ID No. MOLME/TVET/NCB-CW12-2Project Name: Strengthening Technical and Vocational Education and Training

ProjectCountry: TajikistanDescription: Rehabilitation of Technical Vocational Construction Lyceum in

Dushanbe

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 5 June 2018, 3:00 PM (Dushanbe time)

Address for bid submission: The State Committee on Investments and State Property Management of the Republic of Tajikistan (Goscominvest) Street address: 27 Shotemura Street Floor/Room number: First floor, office #9, Special box for Bidding City: Dushanbe Postal code: 734025 Country: Republic of Tajikistan

Global Project News (Asia): May ’ 2018

Street address: 48/1 Borbad str. Floor/Room number: 2nd floor, room number # 4 City: Dushanbe Country: Tajikistan Telephone: +992 37 882 82 51 (Reception room) E-mail address: [email protected] 6. To purchase the Bidding Documents in English language, eligible Bidders should:

• write to address above requesting the Bidding Documents for: MOLME/TVET/NCB-CW12-2: Rehabilitation of Technical Vocational Construction Lyceum located in Dushanbe City.

• pay a non-refundable fee of Eight Hundred (800.00) Tajik Somoni. The method of payment will be bank transfer to the following bank account:

Beneficiary: Ministry of Labor, Migration and Employment of the RT

Name of Bank: State Saving Bank of Tajikistan “Amonatbank”

Bank Address: 24 Lohuty Street Bank

City: Dushanbe Bank

Country: Republic of Tajikistan

Correspondent account: 20402972316264

Account: 20202972501338101000 TIN: 040008412

7. Bids in English language, one in original and two copies, must be delivered:

• to the address below:

The State Committee on Investments and State Property Management of the Republic of Tajikistan (Goscominvest) Street address: 27 Shotemura Street Floor/Room number: First floor, office #9, Special box for Bidding City: Dushanbe Postal code: 734025 Country: Republic of Tajikistan

• On or before the deadline on 5 June 2018, 3:00 PM (Dushanbe time);

• Together with the Bid Security as described in the Bidding Documents.

Late bids will be rejected. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.

8. The Project Administration Group of the Employer will not be responsible for any cost or expense incurred by Bidders in connection with preparation or delivery of bids.

20

Global Project News (Asia): May ’ 2018

Reconstruction of Kulyab – Kalaykhumb Road Project, Sections A and F-

 

This invitation for prequalification follows the general procurement notice for this project that appeared in Newspaper "Jumhuriyat" No.56 (23 399) of 16 March 2018.

The Government of Tajikistan has applied for a Finance from the Islamic Development Bank (ISDB) and Arab Coordination Group (ACG) toward the cost of the Reconstruction of Kulyab – Kalaykhumb Road Project, Section "A" Kulyab – Shurabad (km 0+000 - 32+730) and Section "F" Shkev – Kalaykhumb (km 0+000 - 25+630), and it intends to apply part of the proceeds of this financing to payments under the contract for reconstruction of the Kulyab – Kalaykhumb road, Sections A and F (two sections) with the total length of 58 km which applications may be made for prequalification for one or more of the contracts. The Ministry of Transport Republic of Tajikistan intends to prequalify contractors and/or firms for reconstruction of the Kulyab – Kalaykhumb road, Sections A and F as (i) Lot 1: Reconstruction of the road at the Section A Kulyab – Shurabad with total length of 32.7 km and (ii) Lot 2: Reconstruction of the road at the Section F Shkev – Kalaykhumb with total length of 25.6 km. It is expected that invitations for bid will be made in August 2018.

Prequalification will be conducted through prequalification procedures specified in the Islamic Development Bank’s Guidelines for Procurement of Goods and Works, May 2009 and is open to all bidders from eligible source countries, as defined in the guidelines.

Interested eligible Applicants may obtain further information from and inspect the prequalification document at the State Entity “Project Implementation Unit for Dushanbe – Chanak Road

21

Project ID No.Project Name: Reconstruction of Kulyab – Kalaykhumb Road Project, Sections A and

F-Country: TajikistanDescription: Lot 1: Reconstruction of the road at the Section A Kulyab – Shurabad

with total length of 32.7 km and

Lot 2: Reconstruction of the road at the Section F Shkev – Kalaykhumb with total length of 25.6 km 

Funding agency: Islamic Development Bank (ISDB)Last date of bid submission: 14 July 2018

Address for bid submission: State Committee for Investment and State Property Management of the Republic of Tajikistan Address: 27 Shotemur Street, Dushanbe Room number: 22, Second Floor City: Dushanbe ZIP Code: 734025 Country: Republic of Tajikistan Tel/Fax: (+992 37) 2211573, 2218384 E-mail: [email protected] 

Global Project News (Asia): May ’ 2018

Rehabilitation Project (address below) from 8:00 to 17:00 hours, Dushanbe time.

Attn: Mr. Zafar Sharifzoda, PIU Director Adress: Ayni Street 14, Dushanbe, 734042, Republic of Tajikistan Tel: + (992-37) 222-22-91 E-mail: [email protected]

A complete set of the prequalification document in English may be purchased by interested Applicants (a) on the submission of a written application to the address below and upon payment of a nonrefundable fee of USD 150 or equivalent of any freely convertible currency. The method of payment will be by cash or bank transfer to the following Banking Reference: 

Payee name State Entity “Project Implementation Unit for Dushanbe – Chanak Road Rehabilitation Project” Payee address 14, Aynistreet, Dushanbe city, Tajikistan Beneficiary Account No. 20206840310101008550 Bank of Beneficiary ORIENBANK Bank address 95/1 Rudaki avenue, Dushanbe city, Tajikistan SWIFT OTJKTJ22 Correspondent Account No. 778400002772 Intermediary Bank Bank of China Bank address Beijing, China SWIFT BKCHCNBJ 

The document will be sent by hard copy or electronically. 

Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by 16 July 2018 and be clearly marked “Application to Prequalify for (i) Lot 1: Reconstruction of the road at the Section A Kulyab – Shurabad with total length of 32.7 km and (ii) Lot 2: Reconstruction of the road at the Section F Shkev – Kalaykhumb with total length of 25.6 km 

State Committee for Investment and State Property Management of the Republic of Tajikistan Address: 27 Shotemur Street, Dushanbe Room number: 22, Second Floor City: Dushanbe ZIP Code: 734025 Country: Republic of Tajikistan Tel/Fax: (+992 37) 2211573, 2218384 E-mail: [email protected] 

22

Global Project News (Asia): May ’ 2018

Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe, Vocational Polytechnic Lyceum in Dushanbe, Technical Vocational Sewing Lyceum in Dushanbe

Invitation for Bids

1. The Republic of Tajikistan has received financing from the Asian Development Bank (ADB) toward the cost of Strengthening Technical and Vocational Education and Training Project (TVET). Part of this financing will be used for payments under the contract named above. This contract will be financed by Asian Development Bank and the eligibility rules and procedures of ADB will govern the bidding process. No nationality restrictions apply other than restriction arising from ITB 4.7.

2. The Ministry of Labor, Migration and Employment (“the Employer”) invites sealed bids from eligible Bidders for the Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe, Vocational Polytechnic Lyceum in Dushanbe, Technical Vocational Sewing Lyceum in Dushanbe (“the Works”). The works shall be completed within six (6) months from Contract Start Date.

3. National Competitive Bidding will be conducted in accordance with ADB’s Single-Stage: One-Envelope bidding procedure and is open to all eligible Bidders without nationality restrictions.

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

• Participation in at least one (1) contract that has been successfully or is substantially completed within the last five (5) years and that is similar to the proposed civil works where the value of the Bidder’s participation exceeds Four Million Seven Hundred Thousand Tajik Somoni (TJS 4,700,000.0) or equivalent;

• Minimum average annual construction turnover of Twelve Million Tajik Somoni (TJS 12,000,000.0) or equivalent or equivalent calculated as total certified payments received for contracts in progress or completed, within the last three (3) years. The qualification criteria are described in the Bidding Document.

23

Project ID No. MOLME/TVET/NCB-CW01-1Project Name: Strengthening Technical and Vocational Education and Training

ProjectCountry: TajikistanDescription: Rehabilitation of Technical Vocational Construction Lyceum in

Dushanbe, Vocational Polytechnic Lyceum in Dushanbe, Technical Vocational Sewing Lyceum in Dushanbe

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 05 June 2018, 3:00 PM (Dushanbe time)

Address for bid submission: The State Committee on Investments and State Property Management of the Republic of Tajikistan (Goscominvest) Street address: 27 Shotemura Street Floor/Room number: First floor, office #9, Special box for Bidding City: Dushanbe Postal code: 734025 Country: Republic of Tajikistan

Global Project News (Asia): May ’ 2018

5. To obtain further information and inspect the Bidding Documents, Bidders should contact PAG office with the following details:

Attention: Procurement Unit

Street address: 48/1 Borbad str.

Floor/Room number: 2nd floor, room number

# 4 City: Dushanbe Country: Tajikistan Telephone: +992 37 882 82 51 E-mail address: [email protected]

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

• write to address above requesting the bidding documents for: MOLME/TVET/NCBCW01-1: Rehabilitation of Technical Vocational Construction Lyceum in Dushanbe, Vocational Polytechnic Lyceum in Dushanbe and Technical Vocational Sewing Lyceum in Dushanbe

• pay a non-refundable fee of Eight Hundred (800.00) Tajik Somoni. The method of payment will be bank transfer to the following bank account: Beneficiary: Ministry of Labor, Migration and Employment of the RT Name of Bank: State Saving Bank of Tajikistan “Amonatbank” Bank Address: 24 Lohuty Street Bank City: Dushanbe Bank Country: Republic of Tajikistan Correspondent account: 20402972316264 Account: 20202972501338101000 TIN: 040008412

7. Bids in English language, one in original and two copies, must be delivered:

• to the address below:

The State Committee on Investments and State Property Management of the Republic of Tajikistan (Goscominvest) Street address: 27 Shotemura Street Floor/Room number: First floor, office #9, Special box for Bidding City: Dushanbe Postal code: 734025 Country: Republic of Tajikistan • On or before the deadline on 05 June 2018, 3:00 PM (Dushanbe time);

• Together with the Bid security as described in the Bidding Documents: Late bids will be rejected. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.

8. The Project Administration Group of the Employer will not be responsible for any cost or expense incurred by Bidders in connection with preparation or delivery of bids.

24

Global Project News (Asia): May ’ 2018

Energy

Ha Noi and Ho Chi Minh City Power Grid Development Sector Project

Loan No.: 3161/8286-VIE

Invitation for Bids

1. The Socialist Republic of Viet Nam has received financing from the Asian Development Bank (ADB) toward the cost of Ha Noi and Ho Chi Minh City Power Grid Development Sector Project. Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of ADB. The contract will be jointly financed by the ASEAN Infrastructure Fund. The eligibility rules and procedures of ADB will govern the bidding process.

2. The Hanoi Power Corporation (the “Employer”) invites sealed bids from eligible Bidders for the construction and completion of the main items below:

• Supply and installation 123kV underground cable - 1200mm2, 123kV GIS terminal cable, 123kV joint box

• Supply and installation Fiber Optical and other accessories

• Supply and installation DTS unit equipment (Distributed Temperature Sensor unit)

• Testing and commissioning. The contract will be completed in 180 days.

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

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

• Minimum average annual turnover of US$ 14,000,000 calculated as total payments received for contracts completed or under execution over the last three (3) years.

25

Project ID No. ADB-HNPC-THYP-W02Project Name: Ha Noi and Ho Chi Minh City Power Grid Development Sector ProjectCountry: VietnamDescription: 110kV Tay Ho-Yen Phu Underground cable: Supply and installation

110kV underground cable

Funding agency: Asian Development Bank (ADB)Last date of bid submission: 2 July 2018 at 14:00 hours (Hanoi time)

Address for bid submission: Tender Management Department Hanoi Power Corporation No. 69 Dinh Tien Hoang, Hoan Kiem District, Hanoi City, Vietnam Telephone: +84-24- 22200852/22205262 Facsimile number: +84-24- 22200853 Email: [email protected]

Global Project News (Asia): May ’ 2018

• Participation in at least two contracts that have been successfully or substantially completed within the last five (05) years and that are similar to the proposed works, where the value of the Bidder’s participation exceeds US$5,600,000. 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) which deems to include supply and installation of 110 kV underground cable (or higher voltage). The qualification criteria are more completely described in the Bidding Document.

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

Tender Management Department Hanoi Power Corporation No. 69 Dinh Tien Hoang, Hoan Kiem District, Hanoi City, Vietnam Telephone: +84-24- 22200852/22205262 Facsimile number: +84-24- 22200853 Email: [email protected] 6. To purchase the Bidding Documents in English, eligible Bidders should:

• Write to the address above requesting the Bidding Documents for ADB-HNPC-THYPW02:

110kV Tay Ho - Yen Phu Underground cable: Supply and installation 110kV underground cable. Sub project: 110kV Tay Ho-Yen Phu Underground cable.

• Pay a nonrefundable fee of US$200 or 4,000,000 VND by cash, or check or bank draft to:

Account Name: HANOI POWER CORPORATION

Account No. for Vietnamese Dong: 0101001053001 – AB Bank – Hanoi Branch Account No.

for US Dollar: 001.1.37.007706.2D - Joint Stock Commercial Bank for Foreign Trade of Vietnam

The Bidding Document may be collected at the address above during office hours (from 8:00 to 17:00 hours, Hanoi time) from Monday to Friday (except for public holiday) from 18 May 2018 until 2 July 2018 or may be sent by courier upon the Bidder’s written request and payment of an additional amount of US$ for overseas delivery or VND for delivery in Vietnam. The Employer will assume no liability for loss or late delivery.

7. Deliver your bid:

• To the address above

• On or before the deadline: 2nd July 2018; 14:00 hours (Hanoi time)

• Together with a Bid Security as described in the Bidding Document. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.

8. The Employer will not be responsible for any cost or expense incurred by Bidders in connection with the preparation or delivery of bids.

9. When comparing Bids, ADB’s Domestic Preference Scheme will not be applied.

26

Global Project News (Asia): May ’ 2018

Power Grid Enhancement Project

Invitation for Prequalification

This Invitation for Prequalification follows the General Procurement Notice for this project which was published on the EBRD website, Project Procurement Notices (http://www.ebrd.com/cs/Satellite?c=Content&cid=1395257113529&d=Mobile&pagename=EBRD%2FContent%2FContentLayout) on 12 July, 2017.

Georgian State Electrosystem JSC (GSE), hereinafter referred to as “the Client”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development, hereinafter referred to as “the Bank”, towards the cost of Design, Supply, Installation and Commissioning of Transmission Lines for: LOT 1: Jvari-Nenskra-Mestia OHLs Tie-in Kavkasioni 500 kV OHL, 220 kV OHL for SS Nenskra and HPP Nenskra connection and LOT 2: Lajanuri-Tskaltubo OHLs, Namakhvani-Tskaltubo and Namakhvani-Tvishi-Lajanuri OHLs and 220kV OHL New Lajanuri-Lajanuri HPP.

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

Design, Supply, Installation and Commissioning of Transmission Lines for:

LOT 1: Jvari-Nenskra-Mestia OHLs and Tie-in Kavkasioni 500 kV OHL, and

LOT 2: Lajanuri-Tskaltubo OHLs and Namakhvani-Tskaltubo and Namakhvani-Tvishi-Lajanuri OHLs

The Scope of the Project includes the following:

Lot 1:

1. Construction of Single Circuit OHTL 500kV SS Jvari – SS Nenskra,a. Length: approx. 47 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative

duration is 24 months

2. Construction 220 KV Double-Circuit OHL Nenskra - Mestia (Operate on 110 kV)a. Length: approx. 57 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative

duration is 24 months

3. 500kV OHL Kavkasioni tie-in to substation Nenskraa. Length: approx. 1 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative

duration is 24 months

27

Project ID No. 9082-PRE-48759Project Name: Power Grid Enhancement ProjectCountry: GeorgiaDescription: Design, Supply, Installation and Commissioning of Transmission Lines

Funding agency: EBRDLast date of bid submission: 07 June 2018

Address for bid submission: address specified in the Prequalification Document

Global Project News (Asia): May ’ 2018

4. Construction of 220 kV Under Ground Cable Line (UGC) for SS Nenskra and HPP Nenskra connection

a. Length: approx. 1 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative

duration is 24 months

Lot 2:

a. Construction of single circuit OHTL 500kV SS Lajanuri – SS Tskaltuboa. Length: approx. 49 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative

duration is 24 monthsb. Construction of double-circuit 220 kV OHL Namakhvani - Tskhaltubo (Loop - in of Derchi in

Namakhvani)

a. Length: approx. 25 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative duration is

24 months

a. Length: approx. 33 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative duration is

24 months

a. Length: approx. 5 kmb. Contract Implementation (Detailed Design, Supply and Installation Works) tentative duration is

24 monthsc. Construction of double circuit 220kV OHTL Namakhvani – Tvishi – Lajanurid. Construction of single-circuit 220kV OHL New Lajanuri-Lajanuri HPP

The Contract will be based on FIDIC’s Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Plant, and for Building and Engineering works, Designed by the Contractor (FIDIC Yellow Book).

Prequalification and tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms and joint ventures of firms from any country.

Prequalification documents will be provided electronically free of charge upon request to the e-mail address given below (in PDF format, as well as in Word format. In case of discrepancy the PDF version shall prevail): Attention to: Mariam.shalamberidze@gsx e.com.ge; [email protected]

The prequalification documents must be duly completed and delivered in hard copies (1 original and 2 copies) to the address specified in the Prequalification Document, on or before 30 days after publication date of IFP (details are given in the Prequalification Document). Documents which are received late may be rejected and returned unopened.

28

Global Project News (Asia): May ’ 2018

Power Grid Enhancement Project: Design, Supply, Installation and Commissioning of Substation

Invitation for Prequalification

This Invitation for Prequalification follows the General Procurement Notice for this project which was published on the EBRD website, Project Procurement Notices (http://www.ebrd.com/cs/Satellite?c=Content&cid=1395257113529&d=Mobile&pagename=EBRD%2FContent%2FContentLayout) on 12 July, 2017.

Georgian State Electrosystem JSC (GSE), hereinafter referred to as “the Client”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development, hereinafter referred to as “the Bank”, towards the cost of Design, Supply, Installation and Commissioning of Substation for:

Construction of 500/220/110 kV Nenskra Substation, Extension of the 500 kV switchyard in Jvari substation; 220kV Extension in Tskaltubo S/S (one additional DBB bays in 220kV Tskaltubo switchyard).

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

Design, Supply, Installation and Commissioning of Substation for: Construction of 500/220/110 kV Nenskra Substation, Extension of the 500 kV switchyard in Jvari substation and 220 kV Extension in Tskaltubo S/S (one additional DBB bays in 220kV Tskaltubo switchyard).

The Scope of the Project includes the following:

o Construction of 500/220/110/35 kV Nenskra Substation containing:o 500kV GIS with 3 diameterso 220kV GIS with 5 bays and double busbar arrangemento 110kV GIS with 5 bays and double busbar arrangemento 35kV AIS indoor switchgear with 6 cubicles o 1-ph Auto transformers 500/220/35kV 3x100 / 133 MVAo 1-ph Auto transformers 500/110/35kV 3x80 / 100 MVAo Secondary equipment

 

o Extension of the 500 kV switchyard in Jvari substation with 500kV diameter containing:o one (1) set of three (3) 1-ph busbar disconnectors, each of them with one (1) earthing

switch

29

Project ID No. 9090-PRE-48759Project Name: Power Grid Enhancement ProjectCountry: GeorgiaDescription: Design, Supply, Installation and Commissioning of SubstationFunding agency: EBRDLast date of bid submission: 14 June 2018

Address for bid submission: address specified in the Prequalification Document

Global Project News (Asia): May ’ 2018

o two (2) sets of three (3) 1-ph disconnectors, each of them with two (2) earthing switches

o two (2) sets of three (3) 1-ph disconnectors, each of them with one (1) earthing switcho two (2) sets of three (3) 1-ph circuit breakerso three (3) sets of three (3) 1-ph current transformers (each of them with six (6) cores)o one (1) set of three (3) 1-ph lightning arresters, including one (1) discharge counter

per phaseo one (1) set of three (3) 1-ph capacitive voltage transformers one (1) set of three (3) 1-

ph capacitive voltage transformerso secondary equipment

 

o 220 kV Extension in Tskaltubo S/S (one additional DBB bay in 220kV Tskaltubo switchyard) containing:

 

one (1) set of 3-ph busbar disconnector without earthing switches

three (3) sets of 3-ph busbar disconnector with earthing switch on one side one (1) set of three (3) 1-ph circuit breakers (1- and 3-pole reclosing cycle) one (1) set of three (3) 1-ph current transformers one (1) set of three (3) 1-ph capacitor voltage transformers one (1) set of three (3) 1-ph lightning arresters, including one (1) discharge counter per phase secondary equipment

 

The Contract will be based on FIDIC’s Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Plant, and for Building and Engineering works, Designed by the Contractor (FIDIC Yellow Book).

Prequalification and tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms and joint ventures of firms from any country.

Prequalification documents will be provided electronically free of charge upon request to the e-mail address given below (in PDF format, as well as in Word format. In case of discrepancy the PDF version shall prevail): Attention to: [email protected][email protected]

The prequalification documents must be duly completed and delivered in hard copies (1 original and 2 copies) to the address specified in the Prequalification Document, on or before 30 days after publication date of IFP (details are given in the Prequalification Document). Documents which are received late may be rejected and returned unopened.

30