EXIBITORS PROFILE 2011
Construction & Building materials Construction machinery, contracting and engineering services Construction material, building material Telecommunication equipment, utility poles, transmission Lines, lighting elements, cables, generators, power Transmission systems, lamp holder and current keys, Fuse, jacks, plugs, oil-natural oil industrial equipment, Stone and stone technologies, railway material, Environment technologies and equipment and park and Garden furniture Interior Design & Furniture: Furniture Accessories
Furniture Supply Industry, furniture, durable consumer
Goods, kitchenware, home textile
VISITOR’S PROFILE
National and international Buyers Builders Building Material Manufacturers, Traders
Trading Companies Architects Interior Designers
Professionals related to Building and Construction industry etc.
ATTRACTIVE PARTICIPATION FEES FOR SUDAN BUILD 2012
S. No.
|
AREA
|
FEE
|
Equipped/Unequipped
|
1.
|
Indoor area shell scheme (minimum participation is 9 sq m)
|
165 EURO per / sq m
|
Stand construction, stand facia name, 1 table, 2 chairs, carpet, 1 spotlight per 3sqm, trash, power connection, general security & cleaning of the exhibition ground, company information in fair catalogue
|
2.
|
Indoor Area Space Only
|
140 EURO per/sq m
|
_
|
3.
|
Outdoor Area Space Only
|
100 EURO per / sq m
|
_
|
If you are interested in exhibiting/visiting in SUDAN BUILD 2012, please contact
Kundan Singh Jadon, Business Manager
STONE INFOTECH SERVICES
International Fairs Marketing Division
Rastogi House, B 9 Vivekanand Marg, Jaipur 302001, INDIA
Mobile: +91-9314083181 Phone: +91-141-237 6171 Fax: +91-141-236 5232
info@worldstonefairs.com
Visit our Exclusive Portal: www.worldstonefairs.com
Disclaimer: If you do not wish to receive any more information on SUDAN BUILD 2012, please send a blank E-mail with subject “SUDAN BUILD 2012 – Remove”
4.0 EXPORT PROMOTION SCHEMES
(FINANCIAL ASSISTANCE)
|
The Union Finance Minister, Shri Pranab Mukherjee in the General Budget 2009-10, has announced the extension of the Adjustment Assistance Scheme for providing enhanced Export Credit and Guarantee Corporation (ECGC) cover of 95% up to March 2010. The Scheme was initiated in December 2008 to mitigate the difficulties faced by the exporters. Further the allocation of the Market Development Assistance (MDA) Scheme has been enhanced by 148% over B.E. 2008-09 to Rs.124 crores: the MDA scheme provides support to exporters in developing new markets.
In addition, Market Access Initiative (MAI) Scheme is also another export promotion scheme envisaged by the government to act as a catalyst to promote India's exports on a sustained basis. In this scheme, assistance is provided (to exporters) for enhancement of exports in accessing new markets or by increasing share in the existing markets.
MARKET DEVEVELOPMENT ASSISTANCE
Under this scheme assistance is given to individual exporters for participation in following export promotion activities abroad
-
Trade Delegations
-
BSMs
-
Trade Fairs/Exhibitions
The details of scheme is given as ANNEXURE-I.
MARKET ACCESS INITIATIVE (MAI)
The scheme is formulated on focus product- focus country approach to evolve specific strategy for specific market and specific product through market studies/survey. Assistance would be provide to Export Promotion Organizations/ Trade Promotion Organizations / Exporters etc. for enhancement of export through accessing new markets or through increasing the share in the existing markets. Under the Scheme the level of assistance for each eligible activities has been fixed.
The following activities will be eligible for financial assistance under the Scheme :
-
Research studies consistent with the priorities;
-
WTO Studies for evolving WTO compatible strategy;
-
To support EPCs/Trade Promotion Organistions in undertaking market studies/survey for evolving proper strategies.
-
To support marketing projects abroad based on focus product - focus country approach. Under marketing projects, the following activities will be funded:
-
Opening of Showrooms
-
Opening of Warehouses
-
Display in international departmental stores
-
Publicity Campaign and Brand Promotion
-
Participation in Trade Fairs, etc., abroad
-
Research and Product Development
-
Reverse visits of the prominent buyers etc. from the project focus countries
-
Export Potential Survey of the States;
-
Registration charges for product registration abroad for pharmaceuticals, bio-technology and agro-chemicals;
-
Testing charges for engineering products abroad;
-
To support Cottage and handicrafts units;
-
To support Recognized associations in industrial clusters for marketing abroad
The details of schemes are given as ANNEXURE-II.
water
Northern Delta Transport Development Project
NINH PHUC Port Improvement
Project ID: P095129
Borrower/Bid No: CV-A3II-NDTDP
1. The Socialist Republic of Vietnam has received a credit from the International Bank for Development Association (IDA) in various currencies towards the cost of the Northern Delta Transport Development Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for CV-A3ii-NDTDP.
2. The Project Management Unit of Northern Inland Waterway (PMU-NIW) now invites sealed bids from eligible bidders for the construction and completion of Ninh Phuc Port Improvement ("the Works").
The Works consist of: Build up 1 quay for ship of 3000 DWT; Build up 01 warehouses; yard and road; Drainage works for waterwaste; supply and install conveyor belt and other works.
3. Interested eligible bidders may obtain further information from and inspect the bidding documents at the office of PMU-NIW at the address below from 08:00 to 17:00 since October 02, 2012 (From Monday to Friday, except public holiday):
Project Management Unit of Northern Inland WaterwaysProject Management Unit of Northern Inland Waterways
Address: 87 Tran Dai Nghia str., Hai Ba Trung District
Hanoi. Vietnam
Tel: (84-4) 3 974 7633
Fax: (84-4) 3 974 7637
E-mail: pmuwhanoi@gmail.com
4. 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 VND 3,000,000 or US$ 150. The method of payment will be cash or direct deposit to specified account number:
AGRIBANK VIETNAM – OPERATIONS CENTRE
Address: 2 Lang Ha Street, Ba Dinh St
Hanoi, Vietnam
Tel: (84-4) 3 831 3729
Name of Account: The Project Management Unit of Northern Inland Waterways
Account No. 1200 2080 11121 (USD)
Account No. 1200 2080 11144 (VND)
5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the World Bank Standard Bidding Documents for Procurement of Works (Small) version April 2008, revised November 2010.
6. Bids must be delivered to the PMU-NIW' office – 87 Tran Dai Nghia St., Hai Ba Trung Dist., Hanoi, Viet Nam on or before 09:00 AM on November 13, 2012 (local time) and must be accompanied by a Bid Security specified for the contract CV-A3ii-NDTDP as: VND 1,500,000,000 (One billion and a half Viet Nam Dong). Electronic bid submission is not acceptable.
7. Bids will be opened in the presence of bidders' representatives who choose to attend at 09:00 AM on November 13, 2012 (local time) at the above office.
8. If bidders encounter any difficulty in purchasing bidding documents, please contact the below address for settlement:
Mr. Hoang Ngoc Cuong – Head of ODA Dept
ODA Project Management Department, VIWA
80 Tran Hung Dao St
Hoan Kiem district, Hanoi City, Vietnam
Tel: 84-4-3.9.421.888
Nairobi Metropolitan Services Improvement Project
Construction of Ruiru Sewerage System (Trunk Sewer System & Reticulation and a Waste Water Treatment Plant)
Project ID: P107314
Borrower/Bid No: MONMED/NAMSIP/WK-05/2012-2013
The Government of Kenya has received a credit from the International Development Association (IDA) toward the cost of the Nairobi Metropolitan Services Improvement Project (NaMSIP), and it intends to apply part of the proceeds of this credit to payments under the contract for Construction of Ruiru Sewerage System. The Ministry of Nairobi Metropolitan Development (MoNMED) now invites sealed bids from eligible bidders for Construction of Ruiru Sewerage System (Trunk Sewer System & Reticulation and a Waste Water Treatment Plant).
The Scope of Works will comprise but not limited to construction of the following major Components:
i. Construction of 56.5Km sewerage network: Provision, testing, excavating for, laying and backfilling to the required levels for spigot and socket flexible jointed concrete pipes of diameters ranging from 225mm to 1200mm;
ii. Construction of 825 concrete manholes and associated works: Provision, testing, excavating for, laying and backfilling to the required levels for precast concrete ring manholes of diameters ranging from 1050 to 1200mm;
iii. Construction of Waste Water Stabilization Pond units of 20,736 m3/day capacity consisting Inlet Works of; Influent Channel and Inlet Distribution Chamber, 4 Anaerobic Ponds (in parallel), 4 Facultative Ponds (in parallel), 2 Maturation Ponds (in 2 series),Outlet Channel and Outlet Works, 2 Sludge Drying Beds, Sludge Disposal Facilities, Plant water and Wash water supply, Ancillary support Facilities, Site Roadwork and Drainage, Access Road to the WWTP
iv. Testing and Commissioning of works;
The delivery/construction period is 24 months.
Qualifications requirements include:
(a) Experience as prime contractor in the construction of at least two (2) works' contract of a nature, physical size, technology and complexity equivalent to the works over the last 10 years (to comply with this requirement, works cited should be at least 70 percent complete);
(b) Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of not less than KShs.275,000,000 or equivalent amount in freely convertible currency; and,
(c) Detailed qualification requirements are provided in Section III. (Evaluation and Qualification Criteria (Without Prequalification)) of the Bidding Document.
A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.
A margin of preference for eligible national contractors/joint ventures shall be applied.
Bidding will be conducted through the international competitive bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, January 2011, and is open to all bidders from eligible source countries as defined in the guidelines.
Interested eligible bidders may obtain further information from and inspect the bidding documents at the Ministry of Nairobi Metropolitan Development at the address below during office hours from 0800 to 1700 hours from Monday to Friday excluding lunch hour (1300 to 1400 hours) and public holidays.
A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of KShs.5,000.00 (or equivalent amount in freely convertible currency). The method of payment will be cash or bankers cheque. The Bidding Documents will be collected from the address below upon production of a purchase receipt.
Bids must be delivered to the address below by Wednesday, 21 November 2012 at 12Noon Kenya time. All bids must be accompanied by a bid security of KShs.30,000,000.00 or an equivalent amount in a freely convertible currency. Late bids will be rejected.Bids will be opened in the presence of bidders and their representatives who choose to attend at the address below at 12.05 Wednesday, 21 November, 2012 at KICC Building, 24th Floor Boardroom.
The Permanent Secretary
Ministry of Nairobi Metropolitan Development
P.O. Box 30130 – 00100
Kenyatta International Conference Centre, 25th Floor
Harambee Avenue
Nairobi, Kenya
Fax: +254-20-317226
Tel: +254-20-317224/317235
Cell Phone: +254-712982555 / +254-737555002
E-mail: nairobimetro@kenya.go.keThis e-mail address is being protected from spambots. You need JavaScript enabled to view it or info@nairobimetro.go.ke
Western Tehran Sanitation Project
Invitation for Prequalification of Contractors for construction of Wastewater Transmission Main (Tunnel)
Borrower/Bid No: IRN 00102
The Government of Islamic Republic of Iran has received an Istisna’a financing from the Islamic Development Bank (IsDB) toward the cost of the Western Tehran Sanitation Project, and it intends to apply part of the proceeds of this financing to payments under the contract for the Western Tehran Wastewater Transmission Main. The Tehran Sewerage Company intends to prequalify contractors and/or firms for the Wastewater Transmission Main (12 km length and 3000 mm diameter in HDPE covered concrete pipe to be carried out essentially by mechanical method; the full flow in the transmission main is estimated to be around 17.22 m3/s in the design horizon of 2031).
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 limited to bidders from member countries (ICB/MC), as defined in the guidelines.
Interested eligible Applicants may obtain further information from and inspect the prequalification document at the Tehran Sewerage Company (address below) from 9:00 am to 14:00pm. A complete set of the prequalification document in English may be purchased by interested Applicants on the submission of a written application to the address below and upon payment of a non-refundable fee of 500,000 Iranian Rails or 30 Euros. The method of payment will be direct deposit to specified accounts [(foreign currency account number for foreign applicants: 05180821 Tejarat Bank of IRAN- Imam Khomeini Branch (Code: 56)/ domestic account number for local applicants: 131524706 (current account) Tejarat Bank of IRAN- Imam Khomeini Branch (Code: 56)].The prequalification document will be submitted to applicant (by having official letter of recommendation) at the address below, from 9:00 am to 14:00 pm.
Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by 27 October 2012, and be clearly marked “Application to Prequalify for Western Tehran Sanitation Project -Western Tehran Wastewater Transmission Main.”
Tehran Sewerage Company
Mr. Shamabadi
No. 14 - Andisheh St. – Dr Beheshti Ave. – Tehran – Iran
Mailbox number: 15875-5696
Telephone: +98 (21) 82472265
Facsimile number: +98 (21) 88421679
Electronic mail address: idb.tsc@gmail.com
Western Tehran Sanitation Project
Invitation for Prequalification of Contractors for Design, Supply and Installation of Western Tehran Wastewater Treatment Plant – Modules I and II
Borrower/Bid No: IRN 00102
The Government of the Islamic Republic of Iran has received an Istisna’a financing from the Islamic Development Bank (IsDB) toward the cost of the Western Tehran Sanitation Project, and it intends to apply part of the proceeds of this financing to payments under the contract for Design, Supply and Installation of Western Tehran Wastewater Treatment Plant – Modules I and II. The Tehran Sewerage Company (TSC) intends to prequalify contractors and/or firms for the Design, Supply and Installation of Modules I & II of Western Tehran Wastewater Treatment Plant which covers a Population Equivalent (PE) of 1,050,000 for the 2031 design horizon. The Wastewater Treatment Plant will involve an activated sludge process with simultaneous removal of nitrogen and phosphorus including anaerobic, anoxic and aerobic areas with the internal circulation flow from aerobic to anoxic methods (A2O). The average flow of sewage into the WWTP (having taken into account inflow) is estimated to be about 257,166 m3/day in the 2031 design horizon.
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 (Open ICB), as defined in the guidelines.
Interested eligible Applicants may obtain further information from and inspect the prequalification document at the Tehran Sewerage Company (address below) from 9:00 am to 14:00pm. 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 non-refundable fee of 500,000 Iranian Rials or 30 Euros. The method of payment will be direct deposit to specified accounts (foreign currency account number for foreign applicants: [05180821 Tejarat Bank of IRAN- Imam Khomeini Branch (Code: 56)]/ [domestic account number for local applicants: 131524706 (current account) Tejarat Bank of IRAN- Imam Khomeini Branch (Code: 56)]. The prequalification document will be submitted to applicant (by having official letter of recommendation) at the address below, from 9:00 am to 14:00 pm.
Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by 27 October 2012, and be clearly marked “Application to Prequalify for Western Tehran Sanitation Project - Design, Supply and Installation of Western Tehran Wastewater Treatment Plant – Modules I and II.”
Tehran Sewerage Company
Mr. Shamabadi
No. 14 - Andisheh St. – Dr Beheshti Ave. – Tehran – Iran
Mailbox number: 15875-5696
Telephone: +98 (21) 82472265
Facsimile number: +98 (21) 88421679
Electronic mail address: idb.tsc@gmail.com
Rehabilitation of Main Waste Water Treatment Plant in Samarkand
Project ID: P112719
Borrower/Bid No: SOVK/W/06
1. The Republic of Uzbekistan received a credit from the International Development Association (IDA) in the amount of 35,6 million SDR (special drawing rights) (equivalent to 55,0 million US dollars) for financing of the Bukhara and Samarkand Sewerage Project and intends to apply part of the funds to cover eligible payments under the Contract for construction works in Samarkand City according to the following:
*Rehabilitation of Main Waste Water Treatment Plant in Samarkand.
2. Samarkand Regional Production State Enterprise "Suvokova" now invites sealed bids from eligible bidders for the above-mentioned works.
The bidding will be conducted through the international competitive bidding procedures as specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits published in May, 2004 and revised in October, 2006 and is open to all eligible bidders as defined in the guidelines.
3. Interested eligible bidders may obtain further information from and inspect the bidding documents from the Project Coordination Unit at the address below during office hours (9.00-18.00). A complete set of the bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee. The fee, to defray printing and mailing/shipping costs, should be nominal of UZS 390 000 or US$ 200. The method of payment will be Bank transfer to the stipulated below account. The document will be sent by air-mail for overseas delivery and by courier for local delivery.
World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
"Uzkommunkhizmat" Agency, room No. 201
Tel: (99871) 2354789
Fax: (99871) 2358290
E-mail: pcu.tashkent@gmail.com
Beneficiary: World Bank Projects Coordination Unit of Agency Uzkommunkhizmat
Bank account:
for USD: 20210840704262646012
for UZS: 20210000604262646001
in JSB Khamkor Bank (bank code 00443)
SWIFT code: KHKKUZ22XXX
Correspondent Bank: OSTERREICH AG (RZB) Austria
SWIFT: RZBAATWW
4. Bids shall be valid for a period of 90 days after Bid opening and must be accompanied by a bid security in the form of a Bank Guarantee for the value of USD 80 000 or UZS 150 000 000 or equivalent in a freely convertible currency and the original of which shall be delivered to the PCU office:
Room 201, 2nd floor,
1, Niyozbek yuli, Tashkent 100035, Uzbekistan
Fax: (99871) 235-82-90
Tel: (99871) 235-47-89
E-mail: pcu.tashkent@gmail.com
on or before 16:00 of November 20, 2012 at which time they will be opened in the presence of the bidders who wish to attend. Late bids will be rejected.
Opening of bid proposals will be held in the Meeting room of "Uzkommunkhizmat" Agency:
Meeting room, 4nd floor, 1, Niyozbek yuli
Tashkent 100035, Uzbekistan
|