Project exports promotion council of india


Construction of Service Reservoirs



Download 1,12 Mb.
bet7/24
Sana02.05.2017
Hajmi1,12 Mb.
#8100
1   2   3   4   5   6   7   8   9   10   ...   24

Construction of Service Reservoirs



Reservoir Site

Capacity (CU.M)

Arubari Tank

8500

Mahankal Chaur-2

8000

New Bansbari Tank

9500



In addition, the Works will include of GIS development for the installed works, construction of chambers, construction of river crossings and interconnection works to newly laid pipeline. The entire Works are divided into four (4) sections.

4. International Competitive Bidding (ICB) will be conducted in accordance with  ADB’sSingle-Stage: Two-Envelope bidding procedure and in accordance with ADB’s Procurement Guidelines.

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

         Minimum average annual turnover of US$ 19.7 Million calculated as total certified payments received for contracts in progress or completed, within the last 5 years.


         Participation as prime contractor in at least one contract within the last five (5) years that has been successfully or substantially completed and that is similar to the proposed works, where the value of the Bidder’s participation exceeds US$ 14.22 million.
         Participation as contractor, management contractor, or subcontractor, in at least contracts of supplying and laying/installation of pressure water pipeline having minimum 700 mm diameter and a cumulative value of US $ 8.20 million in a maximum of 3 contracts in which each of the three contracts having pressure water pipeline of minimum 700 mm diameter within the last five (5) years, that have been successfully or are substantially completed.
         Participation as contractor or subcontractor in contracts of construction of RCC reservoir/s having a cumulative value of US $ 5.0 million in a maximum of 4 contracts within the last five (5) years, that have been successfully or are substantially completed and that are similar to the proposed works.

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

The Project Director
Project Implementation Directorate (PID)
Kathmandu Valley Water Supply Improvement Project,
Street Address: Anamnagar-Tanka Prasad Ghumti Sadak 1235/59
City: Kathmandu,
Country: Nepal
Tel No.: 977 1 4224986
Fax No.: 977 1 4224057
E-mail: pidprocurement2010@gmail.com

7. To purchase the Bidding Document, eligible bidders should on or before 01 September 2013:

         either visit the office of Project Implementation Directorate at the address indicated above and deposit

a non-refundable fee of NRs 10,000.00 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. 25,000.00 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

CITI Bank New York, USA

American Express New York, USA

Account No

400911701

36143644

00740944

Swift Code

CHASUS33

CITIUS33

AEIBUS33

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


8. A pre-bid meeting shall be held at 2 p.m. (NST) on 11 August 2013 at PID Office at Anamnagar.

9. Deliver your bid:

         To the address above


         On or before 01 September, 2013; 12:00 hours Nepal Standard Time (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.

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


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


12. 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.


Rehabilitation Of The Water Supply Network In Martuni Town, ASMWP-WORKS-2013-06, Armenia
Dead Line: 26 August, 2013
Project ID: 40718
Borrower/Bid No: 7136-IFT-40718
Invitation for tenders

Armenian Water and Sewerage Company CJSC, hereinafter referred to as “the Employer”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development (the Bank), the European Investment Bank [EIB] and a grant from the European Union Neighbourhood Investment Facility [EU NIF] towards the cost of Rehabilitation of the Water Supply Network in Martuni town, ASMWP-WORKS-2013-06.
The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the loans and grants:

Rehabilitation of the Water Supply Network in Martuni, consists of:



1.  Demolition and Reinstatement of asphalt and/or concrete roads
2.  Construction of approximately 25.3 km  length  OD40-OD200 water lines in distribution network
3.  Construction of approximately  7.6 km length, OD25 water lines for house connections
4.  Installation of approximately 1088 water meter chambers

Tendering for contracts to be financed with the proceeds of a loans and grants from the Bank is open to firms from any country.

The works shall be executed within 240 days (without winter break).

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

         Historical non-performance: Non-performance of a contract did not occur within the last three (3) years prior to the deadline for tenders submission, based on all information on fully settled disputes or litigation. All pending litigation shall in total not represent more than ten percent (10 %) of the Tenderer’s net worth and shall be treated as resolved against the Tenderer.


         Historical financial performance: The audited balance sheets for the last three (3) years shall be submitted and must demonstrate the soundness of the Tenderer’s financial position, showing long-term profitability
         Average Annual Turnover: Minimum average annual construction turnover of EUR 1,600,000.00 (two million), calculated as
total certified payments received for contracts  in progress or completed, within the last three (3) years

         Financial Resources: The Tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means net of other contractual commitments, other than any contractual advance payments to meet the following cash-flow requirement: EURO 240,000.00 (three hundred thousand)
         Experience: The Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least two (2) projects of a nature and complexity comparable to the proposed contract within the last three (3) years. In addition, the following specific experience:

1.   Participation as contractor or management contractor in at least two (2) contracts within the last three (3) years , each with a value of at least EUR 500,000, that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Employer’s Requirements
2.   For  the above or other contracts executed during the last three (3) years  a minimum experience in  the following key activities:  (a) Construction of HDPE pressure pipes OD 25 to OD 450 or larger. Total constructed length (all diameters) shall be at least 1000m; and (b) Construction of steel pressure pipes DN100 to DN 600 or larger. Total constructed length(all diameters) shall be at least 500m;



         Personnel (Position / Total work similar experience, years / In similar work experience, years):

1.  Project manager – 10 – 5
2.  Construction site engineer – 10 – 5
3.  Quality assurance / quality control engineer – 10 – 5
4.  Health, safety and environment engineer – 10 – 5
5.  Quantity surveyor – 5 – 3

 

         Equipment (Equipment Type and Characteristics – minimum number required):



1.  Dump truck 7.5 t – 2
2.  Concrete mixer 5 m3– 1
3.  Truck crane 12 t – 2
4.  Bulldozer 96 kWt – 1
5.  Hydro hammer on excavator base 6 m3/h– 1
6.  Manual chipper 40 kg – 2
7.  Excavator, 0.5 m3 bucket – 2
8.  Welding machine for steel pipes – 1
9.  Welding machine for PE pipes – 4

         Criteria for joint ventures, consortiums and associations (JVCA): participation of JVCA is permitted. Detailed criteria for JVCA are included in Part 1 – Section III Evaluation and Qualification Criteria of the tender document.


         The Local Tenderers should submit a reference (issued not earlier than 15 days prior to the bid submission deadline) on not having any arrears to the RA Tax authorities.
         The Tenderers shall hold a valid and effective license/permit for hydro-technical facilities, issued by the RA Urban Development Ministry. In case of the absence of this license/permit the Tenderers shall submit with the bid a signed statement that if the bidder is awarded the Contract he will obtain the required license from the RA Urban Development Ministry.
More details on the qualifying requirements are specified in Part 1 – Section III Evaluation and Qualification Criteria.

Tender documents may be obtained from the office at the address below upon submission of written application and payment of a non-refundable fee of 100EUR or 55 000 AMD.  The method of payment will be direct deposit to Armenian Water and Sewerage CJSC’s cash box or direct payment to Armenian Water and Sewerage CJSC’s below specified account number:


Account No. 247010078175 with ARDSHININVESTBANK (SWIFT Code: ASHBAM22), 13, Grigor Lusavorich Street, 0010, Yerevan, Republic of Armenia.
For Euro: account No. 16048000395500 with VTB Bank Armenia (SWIFT Code: ARMJAM22), 46, Nalbandyan Street, 0010, Yerevan, Republic of Armenia
Upon receipt of appropriate evidence of payment of the non-refundable fee and written application , the documents will promptly be dispatched by courier; however, no liability can be accepted for their loss or late delivery. In addition, if requested, the documents can be dispatched electronically after presentation by the prospective tenderer of an appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

All tenders must be accompanied by a tender security of EURO 20,000.00 EUR or its equivalent in a convertible currency.


Tenders must be delivered to the office at the address below on or before 26 August, 2013, at 15:00 (local Armenian time) at which time they will be opened in the presence of those tenderers’ representatives who choose to attend.
Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:



CONTACTS

Armenian Water and Sewerage CJSC


Mr. Norik Gevorgyan, Director of IPCD
Ms. Kristine Ghambaryan, Procurement Officer
8a, Vardanants Blind Alley, Floor 3
0010 Yerevan, Republic of Armenia
Tel.: +374 10 54 28 77
Fax.: +374 10 54 28 77
Email: ngevorgyan@armwater.am
kghambaryan@armwater.am


Construction of water treatment plant, construction of transmission mains, improvement of boosting pumping station MP3-2, Vietnam
Dead Line: August 27th, 2013
Project ID: P119077
Borrower/Bid No: ICB No: BDWS05



The Socialist Republic of Vietnam has applied for  financing from the World Bank toward the cost of the Vietnam Urban Water Supply and Wastewater Project, and intends to apply part of the proceeds toward payments under the contract for Improvement of Raw Water Intake Work, Construction of Raw Water Mains and Pumping Station, under the My Phuoc Urban and Industrial Water Supply Subproject.

The Binh Duong Water Supply Sewerage Environment Co., Ltd now invites sealed bids from eligible bidders for construction and performance of the contract BDWS05: Construction of water treatment plant, construction of transmission mains, improvement of boosting pumping station MP3-2, with the following contents:

*Construction of water treatment plant with capacity of 30.000 m3/day including: mixing tank, sedimentation tank, filtration tank, clear water tank with capacity of 10.000 m3/day, grade 2 pumping station.

*Supply and installation of clear water transmission mains from D150mm to D1.000mm


*Improvement of boosting pumping station MP3-2.

Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank's guidelines Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers on Procurement of Works, edited in May 2006, revised March and April 2007, May 2010, August 2010 ("Procurement Guidelines") and is opened to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank's policy on conflict of interest.

Interested eligible bidders may obtain further information from:

Project Management Unit for South Thu Dau Mot Water Supply Project


Address 11 Ngo Van Tri, Phu Loi Ward, Thu Dau Mot city, Binh Duong Province,
Tel: + 84 650 3840055
Fax: +84 650 3827 738
E-mail: ppmubiwase@yahoo.com, web-site: www.biwase.com.vn

and inspect the bidding documents during office hours from 7:30 to 16:30  at the address given above.

A complete set of bidding documents in English and Vietnamese may be purchased and obtained by interested eligible bidders upon the submission of a written application to the address above and upon payment of a nonrefundable fee of 2 million VND. The method of payment will be in cash.  

Bids must be delivered to the address below on or before at 9:00 A.M on August 27th, 2013. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders' designated representatives and anyone who choose to attend at the address below at 9:00 A.M on August 27th, 2013.  

All bids must be accompanied by a bid guarantee amount of 4 billion VND or one kind of freely convertible currency. Bid guarantee for Joint venture must list the names of members in such Joint venture.

The address(es) referred to above is(are):

Project Management Unit for South Thu Dau Mot Water Supply Project


Attn: Nguyen Van Thien, General Director
11 Ngo Van Tri, Phu Loi Ward, Thu Dau Mot City, Binh Duong Province
Tel: + 84 650 3840055
Fax: +84 650 3827 738
E-mail: ppmubiwase@yahoo.com,
Web-site: www.biwase.com.vn


Construction of 2 River Crossings underneath the Kupa River of a length of 305 and 227 meters, including 2 End Shafts for each crossing, Croatia
Dead Line: 9 September 2013
Project ID: 37187
Borrower/Bid No: 7124-IFT-37187
Invitation for tenders

This Invitation for Tender  follows the General Procurement Notice for this project which was published in Procurement Opportunities, on the EBRD website and the Forecast Notice published on the OJ ‘’S’’ 2012/S 092151040 on 15/05/2012. Reference EuropeAid/133001/M/WKS/HR
Sisacki Vodovod, d.o.o.  (“Sisak Water Company”) intend applying the proceeds of a loan from the European Bank for Reconstruction and Development [the Bank] and the European Union towards the cost of Sisak Wastewater Management Programme.
The Implementing Body is Hrvatske Vode, and now invites tenders from contractors, to be funded from part of the proceeds of the loan and shall be procured following the rules applicable to EU external aid contracts financed from the European Union general budget (Budget). EBRD Procurement Policies and Rules do not apply, except for the eligibility.
Construction of 2 river crossings underneath the Kupa river of a length of 305 and 227 metres, including 2 end shafts for each crossing. The contract shall be in accordance with FIDIC conditions of contract (Yellow Book), leaving the choice of construction technology up to the contractor. However, the contractor has to respect the employer's requirements regarding flow capacity, minimum diameter, navigation requirements, heights and equipment of end shafts Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from any country.
To be qualified for the award of a contract, tenderers must satisfy the following minimum requirements:

The minimum selection criteria for the Sole Tenderer include:

Economic and financial capacity of candidate:

The Tenderer must have an annual turnover for each of the last 3 years (2010, 2011, 2012) equivalent to 700,000 EUR.

The Tenderer must have access to sufficient credit and other financial facilities to cover the required cash flow for the duration of the contract. In any case, the amount of credit available must exceed the equivalent of 200,000 EUR.
Technical and professional capacity of candidate:

The Tenderer must have as a prime contractor completed at least 1 construction project comprising: the construction of a river crossing1 in the length of at least 150 m and with a diameter of at least 200 mm, using drilling technology 1 River crossing or crossing under various water bodies (such as lakes or sea), roads, rails or similar  during the last 5 years (last five years shall be understood as 5 years before the deadline for submission of tenders).

Referenced project must have been completed in the indicated period but it does not necessarily have to be started within that period.
The Tenderer shall in his Tender provide the certificate of final acceptance signed by the supervisor/contracting authority of the project concerned.
The Tenderer must have as a prime contractor completed main design for at least 1 project comprising the design of:

a river crossing in the length of at least 150 m and with a diameter of at least 200 mm, using drilling technology

Main design means design in such a degree of detail, that a Building Permit can be based on it.

River crossing or crossing under various water bodies (such as lakes or sea), roads, rails or similar during the last 5 years (last five years shall be understood as 5 years before the deadline for submission of tenders).

Referenced project must have been completed in the indicated period but it does not necessarily have to be started within that period.

Tenderer must submit evidence for referenced projects as required above (such as Employer’s certificate, affidavit, etc.).

The Tenderer must carry out at least 70% of the contract works by its own resources, which means that it must have the equipment, materials, human and financial resources necessary to enable it to carry out that percentage of the contracted works.
An economic operator may, where appropriate and for a particular contract, rely on the capacity of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the Contracting Authority that it will have at its disposal the resources necessary to perform the contract, for example by producing an undertaking on the part of those entities to place resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the Contracting Authority.
The joint venture/consortium as a whole (all members together including the lead member) must satisfy the following minimum qualifying criteria:
Economic and financial capacity of candidate:

The joint venture/consortium must have an annual turnover for each of the last 3 years (2010, 2011, 2012) equivalent to 700,000 EUR (lead member of a joint venture/consortium must have an annual turnover for each of the last 3 years equivalent to 400,000 EUR).


The lead member of joint venture/consortium must have access to sufficient credit and other financial facilities to cover the required cash flow for the duration of the contract. In any case, the amount of credit available must exceed the equivalent of 200,000 EUR.
Technical and professional capacity of candidate:

Joint Venture/Consortium as a whole must have completed at least 1 construction project comprising:  the construction of a river crossing in the length of at least 150 m and with a diameter of at least 200 mm, using drilling technology


River crossing or crossing under various water bodies (such as lakes or sea) roads, rails or similar. Main design means design in such a degree of detail, that a Building Permit can be based on it.
River crossing or crossing under various water bodies (such as lakes or sea), roads, rails or similar during the last 5 years (last five years shall be understood as 5 years before the deadline for submission of tenders).
Referenced project must have been completed in the indicated period but it does not necessarily have to be started within that period.

Joint Venture/Consortium shall in his Tender provide the certificate of final acceptance signed by the supervisor/contracting authority of the project concerned.


Joint Venture/Consortium must have completed main design for at least 1 project comprising the design of:

a river crossing6 in the length of at least 150 m and with a diameter of at least 200 mm, using drilling technology during the last 5 years (last five years shall be understood as 5 years before the deadline for submission of tenders).


Referenced project must have been completed in the indicated period but it does not necessarily have to be started within that period.
Joint Venture/Consortium must submit evidence for referenced projects as required above (such as Employer’s certificate, affidavit, etc.).
The Joint Venture/Consortium as a whole must carry out at least 70% of the
contract works by his own resources, which means that he must have the equipment, materials, human and financial resources necessary to enable it to carry out that percentage of the contracted works.
An economic operator may, where appropriate and for a particular contract, rely on the capacity of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the Contracting Authority that it will have at its disposal the resources necessary to perform the contract, for example by producing an undertaking on the part of those entities to place resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the Contracting Authority.
The tender dossier is available from the Contracting Authority, Hrvatske vode, Ulica grada Vukovara 220, HR - 10000 Zagreb, Croatia upon payment of EUR 200, in favour of Hrvatske vode at the Bank Account in Zagrebacka Banka d.d.:
Account Number 2100036202
IBAN HR 7723600001101425545
SWIFT CODE: ZABAHR2X
Reference number: 374-1-12 (payer registration number)
Purpose of payment: For tender dossier – 133001 IPA
or
Croatian currency counter value of the relevant amount due in EUR in favour of Hrvatske vode, in accordance with provisions of the current Foreign Exchange Act of the Republic of Croatia,
at the Bank Account in Zagrebacka Banka d.d.:
Broj racuna: 2360000-1101425545
Poziv na broj: 374-1-12 (MB uplatitelja)
Svrha: uplata za natjecajnu dokumentaciju – 133001 IPA
The aforementioned payment excludes courier delivery.
The tender dossier is also available for inspection at the premises of the Contracting Authority. Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed.
Tenderers with questions regarding this tender should send them in writing to the Contracting Authority, Hrvatske vode, Ulica grada Vukovara 220, HR – 10000 Zagreb, Croatia for att. of Mr. Robert Kartelo, Fax No. : +385 1 630 76 86, email: ipa@voda.hr (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid website at

https://webgate.ec.europa.eu/europeaid/onlineservices/index.cfm?do=publi.welcome  


and the Contracting Authority’s website at http://www.voda.hr/hv-ipa-tenders-en

Tender guarantee


Tenderers must provide a tender guarantee of 20,000 euros when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties.

Performance guarantee


The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
Information meeting and/or site visit

Participation to the information meeting and site visit is recommended, but not compulsory. A site visit will be held on 17th July 2013, at 11:00 hrs local time at the following address:


Download 1,12 Mb.

Do'stlaringiz bilan baham:
1   2   3   4   5   6   7   8   9   10   ...   24




Ma'lumotlar bazasi mualliflik huquqi bilan himoyalangan ©hozir.org 2024
ma'muriyatiga murojaat qiling

kiriting | ro'yxatdan o'tish
    Bosh sahifa
юртда тантана
Боғда битган
Бугун юртда
Эшитганлар жилманглар
Эшитмадим деманглар
битган бодомлар
Yangiariq tumani
qitish marakazi
Raqamli texnologiyalar
ilishida muhokamadan
tasdiqqa tavsiya
tavsiya etilgan
iqtisodiyot kafedrasi
steiermarkischen landesregierung
asarlaringizni yuboring
o'zingizning asarlaringizni
Iltimos faqat
faqat o'zingizning
steierm rkischen
landesregierung fachabteilung
rkischen landesregierung
hamshira loyihasi
loyihasi mavsum
faolyatining oqibatlari
asosiy adabiyotlar
fakulteti ahborot
ahborot havfsizligi
havfsizligi kafedrasi
fanidan bo’yicha
fakulteti iqtisodiyot
boshqaruv fakulteti
chiqarishda boshqaruv
ishlab chiqarishda
iqtisodiyot fakultet
multiservis tarmoqlari
fanidan asosiy
Uzbek fanidan
mavzulari potok
asosidagi multiservis
'aliyyil a'ziym
billahil 'aliyyil
illaa billahil
quvvata illaa
falah' deganida
Kompyuter savodxonligi
bo’yicha mustaqil
'alal falah'
Hayya 'alal
'alas soloh
Hayya 'alas
mavsum boyicha


yuklab olish