Ana səhifə

Global project opportunities


Yüklə 1.02 Mb.
səhifə5/22
tarix26.06.2016
ölçüsü1.02 Mb.
1   2   3   4   5   6   7   8   9   ...   22

General Procurement Notice: Water Conservation Project II, China

Project ID: P114138

The Government of the People's Republic of China has received a loan in the amount of USD 80 million equivalent from the International Bank for Reconstruction and Development (IBRD) toward the cost of the Water Conservation Project II, and it intends to apply the proceeds of this loan to eligible payments for goods, works, related services and consulting services to be procured under this project, which will include the following components in three project provinces, Hebei, Shanxi and Ningxia:

 

Component 1: Water Works and Water-saving Facilities: Carrying out of specific investment sub-projects for the improvement of the physical conditions and delivery efficiency of the irrigation systems in 24 Project Counties, through: (a) canal lining and dredging; (b) a low rubber dam for water regulation; (c) main water conveyance pipelines for irrigation and rural water supply; and (d) on-farm works: canal rehabilitation, drip irrigation and other water-saving technologies.

 

Component 2: Agricultural Water-saving Measures and Support Services: Provision of financial and technical support to reduce non-beneficial evapo-transpiration (ET), increase the resilience of farm community to climate change, and increase farm yield and output value, through activities related to: (a) land leveling; (b) crop residue utilization; (c) plastic membrane for soil moisture preservation; (d) balanced fertilizer applications; (e) new seeds verities; (f) integrated pest management demonstration; and (g) green houses for vegetables and fruits.

 

Component 3: Management Measures and Institutional Development: Carrying out of programs to improve agricultural water management capacity of irrigation management staff and user communities for the purpose of saving water and increasing water productivity, including: (a) participatory irrigation management through establishing and strengthening water user associations; (b) training of farmers in irrigation management and agricultural technologies; (c) development of integrated water resources management plans in selected counties; and (d) ET-based water resources management pilots and applied research.

 

Procurement of contracts financed by the loan will be conducted through the procedures as specified in the World Bank's Guidelines: Procurement under IBRD and IDA Credits, May 2004, revised in October 2006 and May 2010, and is open to all bidders from eligible source countries as defined in the guidelines. Consulting services will be selected in accordance with the World Bank's Guidelines: Selection and Employment of Consultants by World Bank Borrowers, May 2004, revised in October 2006 and May 2010.



 

Specific procurement notices for contracts to be bid under the World Bank's international competitive bidding (ICB) procedures and for large-value consultants' contracts will be announced, as they become available, in UN Development Business on line (UNDB online), the World Bank's external website, and China Daily.

 

Specific procurement notices for contracts to be bid under the World Bank's national competitive bidding (NCB) procedures and for small-value consultants' contracts will be announced, as they become available in China Economic Herald, except works contracts that are estimated to cost more than US$100,000 equivalent but less than US$2,000,000 equivalent each or goods contracts that are estimated to cost less than $300,000 equivalent each, which may be advertised in Ningxia, Hebei, Shanxi provincial daily newspaper. Interested eligible bidders who wish to be included on the mailing list to receive an invitation to prequalify/bid, and interested consultants who wish to receive a copy of the advertisement requesting expressions of interests, or those requiring additional information, should contact the address below.



 

 

Central Project Management Office of MWR



Attn: Wang Yue

2nd Floor, 4th Building, Guan’an men South Street, Xi Cheng District,

Beijing, China

Construction Works of a Dam and Rehabilitation Works for Gacaca Marshland Located in Kayonza District, Eastern Province, Rwanda

Project ID: P126440
Borrower/Bid No: RSSP/0712/W

The Government of Rwanda (GOR) has received a credit from the International Development Association (IDA) and intends to apply a portion of the proceeds of this credit to finance services for the tender regarding construction of a dam and rehabilitation works for Gacaca marshland, located in Kayonza district, Eastern Province : under the Project Coordination and Support component of the project, for which this invitation to tender is issued. This tender is divided into the following lots:

 

Lot 1: Construction works of Gacaca irrigation dam (earth dam, 9.1 Meters high) and spillway structure, water intake structure (inlet, outlet), access roads and pedestrian bridge.



Lot 2: Development works of Gacaca marshland (upstream), 138ha (irrigation and drainage networks, hydraulic structures, feeder roads (4.5km)

Lot 3: Development works of Gacaca marshland (downstream), 262ha (irrigation and drainage networks, hydraulic structures, feeder roads (6.2km)

 

Interested bidders are invited to submit their bids for this whole tender. A complete set of bidding documents may be obtained from LWH-RSSP SPIU, P. O. Box 6961 Kigali, Rwanda, Tel: 0788510903/0788412591, beginning on 27/09/2012 upon payment of a non-refundable fee of 10,000 Rwandan Francs or equivalent in a convertible currency to Account 120-24-09 for MINAGRI/Counterpart funds-RSSP, opened up in BNR.



 

Bids must be delivered at the reception, and addressed to the Project Coordinator, LWH-RSSP SPIU on or before 13/11/2012 at 10.00 am, and must be accompanied by a bid security of 20,000,000 Frw lot 1 and 8,000,000 Frw for each of lot 2 as well as 3 . Late bids shall not be accepted.

 

Bids will be opened in the presence of bidders' representatives who choose to attend on 13/11/2012, immediately after 10.00 am at the RSSP Conference Room. The site visit is obligatory and is set for the 16/10/2012 at 08.00 am local time; meeting point will be at RSSP-Head office and will be guided by representatives of the Rural Sector Support Project (RSSP).



 

LWH-RSSP SPIU

P. O. Box 6961

Kigali, Rwanda

Tel: 0788510903 / 0788412591

E-mail: rssp_pscu@rssp.gov.rw



Kathmandu Valley Water Supply Improvement Project

Borrower/Bid No: KUKL/DNI/01/06


Invitation for Bids
The Government of Nepal has received a loan from Asian Development Bank (ADB) towards the cost of Kathmandu Valley Water Supply Improvement Project and intends to apply part of the proceeds of this loan to eligible payments under the Contract for construction and completion of the distribution network improvement.  Bidding is open only to bidders from eligible source countries of the ADB.  International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: Two-Envelope bidding procedure.

 

Kathmandu Upatyaka Khanepani Limited (KUKL) (“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 will comprise mainly of the supply and construction of approximately 187 km of 75-600mm diameter HDPE and ductile iron pipes, necessary valves and chambers, and service connections. In addition, the Works will include GIS development for the installed works, NRW assessment, and interconnection works to an existing reservoir and existing pipelines.  The Works are divided into four (4) zones: DNI 8, 9, 10 and 11, located in Kathmandu Metropolitan City and Lalitpur Sub-Metropolitan City.



 

The main qualification criteria are:

 

      Minimum average annual construction turnover of NPR 930 (Nine Hundred and Thirty) million



 

      Cash-flow requirement, NPR 155 (One Hundred and Fifty Five) million, and the overall cash flow requirements for this contract and its current works commitment.

 

      Experience under construction contracts in the role of contractor, subcontractor, or management contractor during the last 5 years in at least one works contract.



 

      Participation as contractor, management contractor, or subcontractor, in construction contracts within the last five (5) years, that have been successfully or are substantially completed, including the following minimum number of contracts: one contract of at least 150km length of DI and HDPE pipes of 75 to 1000mm diameter; or two contracts of at least 75km of DI and HDPE pipes of 75 to 1000mm diameter; or three contracts of at least 50km of DI and HDPE pipes of 75 to 1000mm diameter; plus one contract of at least 5 km with DI pipe 600mm to 1000mm diameter.  Further information on requirements for pipeline sizes, pipeline materials, and contract values are contained in Section 3 of the Bidding Document.

 

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



 

Project Director

Project Implementation Directorate (PID)

Kathmandu Upatyaka Khanepani Limited (KUKL)

1235/59 Tankaprasad Acharya Ghumti Sadak

Anamnagar, Kathmandu, Nepal

Telephone: 977 1 4224986

Facsimile number: 977 1 4224057

Electronic mail address: pidmail@kuklpid.org.np

Website: http://www.kuklpid.org.np/

 

To purchase the Bidding Document, eligible bidders should on or before 10 October 2012:



 

      either visit the office of Project Implementation Directorate at the address indicated above and deposit a non-refundable fee of NRs 7500.00 or US$ 100.00 in the bank account mentioned below; or

 

      request for delivery by sending a written application to The Project Director at the address indicated above. The application must be supported by payment of NRs. 15,000.00 deposited in the following bank for domestic delivery or US$ 300.00 for overseas delivery by International Bank Transfer to the following account.



 

Name of Bank: NIC, New Road, Kathmandu

Account Name: Kathmandu Upatyaka Khanepani Limited

Account No.: 021384C

Swift Code: NICENPKA

 

      Documents will be sent by courier. No liability will be accepted for the loss or late delivery. Please note that payments must be routed through one of the following Correspondent Banks:



 

Name of Bank: JP Morgan Bank, New York, USA

Account No.: 400911701

Swift Code: CHASUS33

 

Name of Bank: CITI Bank, New York, USA



Account No.: 36143644

Swift Code: CITIUS33

 

Name of Bank: American Express, New York, USA



Account No.: 00740944

Swift Code: AEIBUS33

 

      An electronic copy of the bidding document will be provided on a CD to all purchasers of the bidding document.  In the event of any discrepancy between the hard copy of the bidding document and soft copy of the bidding document, the hard copy shall govern.  Bidders shall use the purchased hard copy of the bidding document furnished to them, for purposes of bid submission.



 

A Pre-bid meeting shall be held at 2 p.m. on 18 September 2012 at the PID Office at Anamnagar.

 

All bids must be accompanied by a bid security in the amount as specified in the Bidding Document (Data Sheet), and must be delivered to the following address on or before 12:00 hours on 11 October 2012:



 

Project Director

Project Implementation Directorate (PID)

Kathmandu Upatyaka Khanepani Limited (KUKL)

1235/59 Tankaprasad Acharya Ghumti Sadak

Anamnagar, Kathmandu, Nepal

Telephone: 977 1 4224986

Facsimile number: 977 1 4224057

Electronic mail address: pidmail@kuklpid.org.np

           

In case this day falls on a public holiday, the bid submission deadline will be extended to 12:00 [hours] of the following day. Technical Bids will be opened immediately after the bid submission deadline in the presence of bidders' representatives who choose to attend.

 

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



Bishkek and Osh Urban Infrastructure Project

Supply and Installation of Network Information System and Hydraulic Modeling for the water supply system of Bishkek

Project ID: P104994
Borrower/Bid No: IDA-BO-G-12-1
Invitation for Bids

 

1. The Kyrgyz Republic has received a financing from the International Development Association toward the cost of Bishkek and Osh Urban Infrastructure Project, and it intends to apply part of the proceeds of this financing to payments under the agreement(s) resulting from this IFB: IDA-BO-G-12-1 "Supply and Installation of Network Information System and Hydraulic Modeling for the water supply system of Bishkek".



 

2. The Community Development and Investment Agency (ARIS) serves as the implementing agency for the project and now on behalf of the Bishkek Mayor's Office invites sealed bids from eligible Bidders for "Supply and Installation of Network Information System and Hydraulic Modeling for the water supply system of Bishkek with associated services and training".

 

3. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits, edition of May 2004 and revised in October 2006 and May 2010, and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria:



 

(i) Financial Capability

For the last 3 years the Bidder (either as a single company or as a Joint Venture) must have average annual turnover of at least USD 1,000,000 (one million) per year or equivalent amount in other currencies.

 

(ii) Experience and Technical Capacity

Successful completion (operational acceptance) of at least two (2) contracts for development, supply, installation, adaptation and technical support of Network Information System and Hydraulic Modeling for the water supply system during the last five (5) years.

 

4. Interested eligible Bidders may obtain further information from Procurement department of Community Development and Investment Agency (ARIS) and inspect the bidding documents at the address given below.



 

5. A complete set of bidding documents in English and Russian languages may be purchased by any interested bidder on the submission of a written application to the office location specified below and upon payment of a non-refundable fee of 4700 Kyrgyz soms or USD 100.

 

6. Bids must be delivered to the address below at or before October 19, 2012, 14:00 (local time). All Bids need to be secured by a Bid Security of USD 10,000 or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of Bidders' representatives who choose to attend at the address below at October 19, 2012, 14:00 (local time).



 

7. The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.

 

The Community Development and Investment Agency



102 Bokonbaev street, Bishkek, 720001, Kyrgyz Republic

Tel.: +996(312) 62-07-52, 30-18-05

Fax: +996(312) 62-47-48

E-mail: dtemirbaeva@aris.kg, amambetkulova@aris.kg

Web: www.aris.kg; www.tenders.kg

Bukhara & Samarkand Sewerage Project

Rehabilitation Of Existing Sewers In Bukhara

Project ID: P112719
Borrower/Bid No: BVK/W/04 LOT 1, 2, 3

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 Bukhara City according to the following:

 

*Rehabilitation of Existing Sewers in Bukhara: 



 

Lot 1 BVK/W/04-1

 

*Gravity manifold along Piridastgir street from SP-2 to crossing of Piridastgir street with Mustakillik street. (Ø150-1000mm)



*Gravity manifold along T. Farogi str.from Academic lyceum to house No.31 towards South manifold (Ø600mm)

 

Lot 2 BVK/W/04-2



 

*Gravity manifold along Melkombinatskaya str. and Sanoatchylar str. from house No.6 (Sharq-2) to crossing of Kh. Distligi with Piridastgir streets. (Ø1000 mm)

*Gravity pipeline along K.Murtazoyev Str. From crossing of K. Murtazoyev Str. and Mustakillik Str. (house #2) up to the crossing of K. Murtazoyeva and Navoi avenue. (Ø500-600mm)

 

Lot 3 BVK/W/04-3



 

*Gravity pipeline along I.Muminov Str. from building of Municipal Electricity Supply Enterprise up to building of Regional Governor's Office (Khokimiyat) (Ø800mm)

 

2. Bukhara Region Production 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 385 000 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 #201

fax: (99871) 235-82-90 tel: (99871) 235-47-89

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
SWIFT code: KHKKUZ22XXX
Correspondent Bank: RAIFFEISSEN ZENTRALBANK 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 in the amount of:



 

        Lot No. 1 -USD 68 000 or UZS 130 000 000

        Lot No. 2- USD 76 000 or UZS 140 000 000

        Lot No. 3- USD 30 000 or UZS 55 000 000

 

or equivalent amount in the other freely convertible currency for each Lot and the original of which shall be delivered to the PCU office:


Room 201, 2nd floor

1, Niyozbek yuli, Tashkent 100035, Uzbekistan

Tel: (99871) 235-47-89

Fax: (99871) 235-82-90 

E-mail: PCU.Tashkent@gmail.com

 

on or before 17:00 of October 18, 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 at 17:05 (local time), October 18, 2012.


social infrastructure
Construction Of Seven Bridges In National Road No. 6a In Houaphan Province

Project ID: P102398
Borrower/Bid No: LRSP-NR6A-01-1 

The Lao People's Democratic Republic has received a Grant from the International Development Association toward the cost of the Lao Road Sector Project (LRSP) and it intends to apply part of the proceeds of this grantto payments under the Contract for the Construction of Seven Bridges in National Road No. 6A in Houaphan Province.

 

The Ministry of Public Works and Transport (MPWT) (The Employer) now invites sealed bids from eligible and qualified bidders for the improvement and completion of the Works as follows:


*Contract Package No. CW-NR6A-01-1: Construction of Seven Bridges in National Road No. 6A comprising construction of new 5 concrete slab bridges, and 2 composite steel plate girder and concrete deck type bridges to replace existing bridges and/or causeways in very poor conditions. The clear concrete deck width is 7.0m.

 

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, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.



 

Interested eligible bidders August obtain further information from Department of Roads, Ministry of Public Works and Transport (MPWT), at: e-mail: laokham@laotel.com and pothong@laotel.com.

 

The Bidding Documents August be inspected at the address given below from 8:30 AM to 4:30 PM.



 

Lao Road Sector Project (LRSP), Department of Roads

Ministry of Public Works and Transport (MPWT)

Lane Xang Avenue, PO Box 2158, Vientiane Capital, Lao PDR, Fax No.+856 21 414132

 

A margin of preference for domestic contractor shall as appropriate be applied. Additional details are provided in the Bidding Documents.



 

A complete set of Bidding Documents in English August be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of US$300 or an equivalent amount in a freely convertible currency. The method of payment will be by cash, bankers order or bank draft or international money order to the address below. The Bidding Documents August be collected by the bidders at the address below or August be sent by courier services if a bidder so requires.

 

Planning and Disbursement Division, Department of Roads



Lane Xang Avenue, PO Box 2158, Vientiane Capital, Lao PDR

Fax: +856 21 414132

 

14:00hrs (local time) on Wednesday, November 7, 2012. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders' representatives who choose to attend in person at the address below at 14:00hrs on Wednesday, November 7, 2012 (same date as deadline for bid submission). All bids must be accompanied by a Bid Security of not less than US$120,000 or an equivalent amount in a freely convertible currency and valid for twenty eight (28) days beyond the validity of the bid.



 

Department of Road' Meeting Room, Ministry of Public Works and Transport

Lane Xang Avenue

Po Box 2158

Vientiane, Lao PDR

E-mail: laokham@laotel.com, pothong@laotel.com


1   2   3   4   5   6   7   8   9   ...   22


Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©atelim.com 2016
rəhbərliyinə müraciət