Project exports promotion council of india



Download 1,12 Mb.
bet9/24
Sana02.05.2017
Hajmi1,12 Mb.
#8100
1   ...   5   6   7   8   9   10   11   12   ...   24

Public Enterprise for State Roads, Macedonia
Str. Dame Gruev no.14,
1000 Skopje
Republic of Macedonia
Tel:  +389 2 118 044
Fax: +389 2 220 535
Issuing of Tender documents: Room no. 3, floor 4


For Payment in denars (MKD):
Name of the beneficiary:  Public Enterprise for State Roads - Skopje
Bank deponent: National Bank of the Republic of Macedonia


Treasury account    100000000063095
Account number      660016000366012
Revenue account    724125
Programme             00
Registry number     4030981217633


For Payment in EUR:

Correspondent Bank details: Deutsche Bunbdesbank Zentrale
Address: Wilhelm Epstain strasse 14, Frankfurt am Main, Germany
SWIFT BIC: MARK DE FF


Bank details: National Bank of the Republic of Macedonia
Address: Kompleks Banki bb, 1000 Skopje, Macedonia
SWIFT BIC: NBRM MK 2X
Final beneficiary: IBAN: MK07 1007 0100 0004 729
Name: Public Enterprise for State Roads – Skopje

All tenders must be accompanied by a tender security for each Lot separately in the following amounts:
For LOT No.1: Bank Guarantee of amount of 3,000,000.00 MKD or 50,000.00 EUR or equivalent amount in a freely convertible currency;
For LOT No.2: Bank Guarantee of amount of 2,300,000.00 MKD or 37,500.00 EUR or equivalent amount in a freely convertible currency;
For LOT No.3: Bank Guarantee of amount of 2,600,000.00 MKD or 40,000.00 EUR or equivalent amount in a freely convertible currency;
For LOT No.4: Bank Guarantee of amount of 2,720,000.00 MKD or 44,500.00 EUR or equivalent amount in a freely convertible currency;
Tenders must be delivered at the address below on or before 12:00 (local time) on xx.xx.2012, at which time they will be opened in presence of those tenderers’ representatives who choose to attend.  
The reduced tendering period is due to exceptional circumstances and tenderers may object, in which case the period will be extended with the requested period up to a maximum of 45 days.
A register of potential tenderers who have purchased the tender documents may be inspected at the address below.
Pre-tender meeting is not foreseen for this tender.

Prospective tenderers may obtain further information from, and inspect and acquire the tender documents, at the following office:

Public Enterprise for State Roads
Str. Dame Gruev no.14, 1000 Skopje, Republic of Macedonia

Receipt of the Tenders: Room no. 2, floor 4 (Archive)

Public Opening of the Tenders: Conference hall, floor 6

Contact person: Misko Arsov


Tel: +389 2 3118 044;
Fax: +389 2 3220 535;

Rehabilitation of Expressway No.1: R7 Nasiria-Rumaila; and R8 Rumaila-Basra, Rumaila-Safwan Sections, Iraq
Dead Line: 09 September 2013
Project ID: P131550

Borrower/Bid No: Rehabilitation of Expressway No.1




The Government of Iraq intends to apply for a loan from the International Bank for Reconstruction and Development (IBRD)/World Bank toward the cost of the Transport Corridors Project and it intends to apply part of the proceeds of this loan to payments under the contract for Rehabilitation of Expressway No 1, namely the following sections: R7 Nasiria-Rumaila,  R8 Rumaila-Basra_Rumaila-Safwan  and R9A Baghdad west-Tharthar channel.

The Ministry of Construction and Housing-Project Management Team intends to prequalify contractors and/or firms for Rehabilitation of Expressway No.1, sections:  R7 Nasiria-Rumaila and R8 Rumaila Basra_Rumaila-Safwan. It is expected that invitations for bid will be made in October 2013.

Prequalification will be conducted through prequalification 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 Applicants may obtain further information from and inspect the prequalification document at the ministry of construction and Housing-word bank projects center address below from office hours: 8:00-14:00. A complete set of the prequalification document in English language may be purchased by interested Applicants on the submission of a written application to the address below and upon payment of a nonrefundable fee of ID 750,000 or in USD 600. The method of payment will be cash. The document will be sent by airmail for overseas delivery or courier for local delivery.

Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by September 9, 2013 and be clearly marked "Application to Prequalify for Transport  Corridors Project, Rehabilitation of Expressway No.1 , sections:  R7 Nasiria-Rumaila  and R8 Rumaila Basra_Rumaila-Safwan.

Ministry of Construction and Housing-Word Bank projects center


Amer Ahmed Saeed
AlKhortoom Intersection ,Alshawaf  street,Karradat Mariyam District
Mob:+964 770 444 5357
Baghdad-Iraq
E-mail:amer.moch2011@gmail.com
Web sitehttp://imariskan.gov.iq

Construction of resettlement area No. 4 in Moc Chau district, Son La province (Including interfield pathway), Vietnam
Dead Line: 17 September 2013
ID: P084773
The Socialist Republic of Vietnam has received a loan No. 8041-VN from the International Bank for Reconstruction and Development – IBRD (World Bank) towards the cost of Trung Son hydropower project. It intends that part of the proceeds of this loan will be applied to eligible payment under the contract for the package below.

Bidding is open to all bidders from eligible country as defined in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits and Loan Agreement. Government-owned enterprises in Vietnam may participate only if they meet the requirements that they: (i) are legally and financially autonomous; (ii) operate under commercial law; (iii) are not dependent agencies of the Borrower or Sub-Borrower (the project owner); and (iv) are not military or security units or enterprises under the Ministry of Defense or the Ministry of Public Security.


The project owner, Trung Son Hydropower Company Limited, now invites sealed bids from eligible bidders for the following package: W-RE-20 "Construction of resettlement area No.4 in Moc Chau district, Son La province (Including interfield pathway)".


The scope of works includes the followings:


+ Construction of systems of local road and access road to resettlement area No. 4;


+ Ground leveling of residential area and public facilities in resettlement area No. 4;
+ Construction of houses in resettlement area No. 4 and public facilities (Kindergarten, communal house, elementary school, teachers' houses, equipment supplies for communal house and school);
+ Construction of interfield pathway in resettlement area No. 4.

A complete set of Bidding Documents may be purchased at the address below from 09:00 AM of July 29, 2013 upon payment of a non-refundable fee of VND 2,000,000 (Two million Vietnam Dong). The Bidding Documents will be given from 09:00 AM of July 29, 2013 to 09:00 AM of September 17, 2013 (working hours).



Trung Son Hydropower Company Limited
The 7th floors, VEAM Building, Alley 689, Lac Long Quan Street, Tay Ho District
Hanoi, Vietnam
Tel: 043 7100596
Fax: 043 7100597
E-mail: dauthau.ts@gmail.com

Interested bidders may obtain further information at the address above.

Bids must be valid for a period of 120 days after bid opening and must be accompanied with a Bid Security in the amount specified in Bid Data Sheet. Bids must be delivered to the address below no later than 09:00 AM of September 17, 2013. Bids will be opened in the presence of bidders' representatives who choose to attend right after the aforementioned deadline for submission of bids.


Address for contact, submission and opening of bids:

Trung Son Hydropower Company Limited


The 7th floors, VEAM Building, Alley 689
Lac Long Quan Street, Tay Ho District
Hanoi,


Provincial Roads Improvement Project, Cambodia
Dead Line: 04 September 2013
Bid No: PRIP-CW-A-ICB-2013-02; PRIP-CW-B1-ICB-2013-03:
Invitation for Bids


1.  The Kingdom of Cambodia has received a loan from the Asian Development Bank (ADB) towards the cost of the Provincial Roads Improvement Project. Part of this loan will be used for payments under the contract named above. International Competitive Bidding (ICB) is open to bidders from eligible source countries of the ADB. The eligibility rules and procedures of 
ADB will govern the bidding process. The bidding will be in accordance with the ADB’s SingleStage: One-Envelope procedure.

2.  The Ministry of Public Works and Transport (MPWT) of the Kingdom of Cambodia (“the Employer”) invites sealed bids from eligible bidders for the construction and completion of improvement of approximately 62.4km covering NR13 and improvement of approximately 25.6km covering PR314D (“The Works”).


3.  The Works, to be carried out generally comprise the following:

-- improvement of the existing road, generally on the same alignment by widening the road width, and paving with Double Bituminous Surface Treatment (DBST);
-- raising of the road level in areas subjected to frequent flooding;
-- widening and paving of shoulders;
-- construction of box culverts and minor drainage structures;
-- construction of bridges;
-- improvement of side drainage and slope protection;
-- traffic safety features, road signs and road marking;
-- environmental mitigation measures; and 
-- detection and neutralization of unexploded ordinance (UXO) and mines clearance.

4.  The Work are grouped as two single contracts and the Employer will evaluate and compare Bids on the basis of a single contract, or as a total of both contracts in order to arrive at the least cost combination for the Employer by taking into account discounts offered by Bidder in case of award of both contracts. If a Bidder submits bids for both contracts, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregate requirements regarding:

Construction Experience

Financial Situation




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

Project Management Unit 3
Ministry of Public Works and Transport 
4th Floor, Eastern Building, Corner Norodom Blvd. and St. 106, 
Phnom Penh, Cambodia
Telephone: (855) 23 724 565, Facsimile: (855) 23 724 595
E-mail: psovicheano@online.com.kh



6.  A complete set of bidding documents may be purchased by interested eligible bidders on submission of a written application to the address above from 18 July 2013 from 7:30 to 12:00 hours and from 14:00 to 17:30 hours (Cambodia Standard Time) and upon payment of a nonrefundable fee of US$200 per package. Payment will be made by cashier’s check to the 
following account:


Bank: National Bank of Cambodia
Account Name: MEF Current Account
Account No.:000000001333



7.  Bids shall be delivered:

         to the address above


         on or before the deadline of 04 September 2013, 3:00 p.m. (Cambodia Standard Time).
         together with bid security as described in the Bidding Document.



Bids will be opened at 3:30 p.m. (Cambodia Standard Time) on the same day thereafter in the presence of bidder’s representatives who choose to attend. Any bid received by the Employer after the deadline for submission of bids prescribed in the above-mentioned date will be rejected and returned unopened to the bidder. 

8.  When comparing bids, ADB’s Domestic Preference Scheme will be applied in accordance with the provisions stipulated in the bidding document.


9.  MPWT will not be responsible for any costs or expenses incurred by the Bidders in connection with the preparation of Bid




Procurement of Works for Site Work and Construction of Head Quarter Building, Afganistan
Dead Line: 15 September 2013
Project ID: P118028
1. The Islamic Republic of Afghanistan has received financing from the World Bank toward the cost of the Afghanistan Justice Sector Delivery Project and intends to apply part of the proceeds toward payments under the contract for Procurement of Works for Site Work and Construction of Head Quarter Building.

2. The Afghanistan Reconstruction and Development Services acting on behalf of Ministry of Justice now invites sealed bids from eligible bidders for Construction Works for Site Work and Construction of Head Quarter Building at Ministry of Justice. The construction period is 36 months. A margin of preference for eligible national contractors/joint ventures shall be applied.

3. Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank's Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers , January 2011 ("Procurement Guidelines"), and is open 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.

4. Interested eligible bidders may obtain further information from Afghanistan Reconstruction and Development Services ( e.mail: ards.procurement@ards.org.af copied to Abdullah.khalid@ards.org.af ) and inspect the bidding documents during office hours from 0900 to 1600 hours at the address given below on any working day from Saturday to Wednesday.



5. Qualifications requirements include:



(a) Minimum average annual construction turnover of Afghani (AFN) 210 Million, calculated as total certified payments received for contracts in progress and/or completed within the last three (3) years, divided by 3.

(b) A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2008 and application submission deadline:

(i) 2 contracts, each of minimum value 250 million Afghani (AFN);
Or
(ii) Less than or equal to 2 contracts, each of minimum value 250 million Afghani (AFN) , but with total value of all contracts equal or more than 500 million Afghani (AFN);

(c) Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last five (5) years, starting 1st January 2008.

(d)
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 no less than the 35 million Afghani (AFN)

(e) Access to the key Contractor's equipment listed hereafter

*Concrete Mixer 5 cu meter- 3 No
*Concrete Vibrator- 3 No
*Excavator- 2 No
*Truck 10 cu meter- 3 No
*Water Tankerwith pump and hose- 2 No
*Roller and Vibratory- 2 No
*Bulldozer-2 No

(f) Availability of Key Personnel listed hereinafter with qualification and experience indicated in bidding document

*Project Manager
*Civil Engineer (Team Leader)
*Electric Engineer
*Mechanical Engineer
*Site Engineer

For detailed requirement please refer to Section III - Evaluation and Qualification Criteria of the bidding documents.

5. A complete set of bidding documents in English may be obtained free of cost by interested eligible bidders upon the submission of a written application to the address below or by sending an e-mail. The bidding documents will be sent by electronic mail. The bidding documents can also be downloaded from our website www.ards.org.af .

6. Bids must be delivered to the address below on or before 14.00 Hrs (local Kabul time) on 15/09/ 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. A pre-bid meeting shall be held on 25/08/2013 at Ministry of Justice at 10.00 AM (Afghanistan Time).

7. All bids must be accompanied by a Bid Security of 8.5 million Afghani (8,500,000.00 AFN) valid for a period of 28 days beyond the validity period of the bids i.e. 147 days from bid submission deadline date or from the extended bid submission deadline date ( i.e. valid up to February 9, 2014).

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


Afghanistan Reconstruction and Development Services Procurement Unit (ARDS-PU)
Ministry of Economy Building, 4
th and 5th Floor
Malik Asghar Square
Kabul, Afghanistan
Tel: 00-93 -0789521292/0789310647
E-mail: ards.procurement@ards.org.af ; abdullah.khalid@ards.org.af


Nile Basin Initiative; Nile Equatorial Lakes Subsidiary Action Program (NELSAP); Regional Rusumo Falls Hydroelectric Project
Dead Line: Not defined
Project ID: P075941
The Republics of Burundi, Rwanda, and the United Republic of Tanzania, have applied for  financing in the amount of US$ 340 million from the Internal Development Association (IDA) towards the cost the Regional Rusumo Falls Hydroelectric Development Project (RRFP) and intend to apply part of the proceeds to payments for consulting services, non-consulting services, works and goods, to be procured under this project.
The development objective of the Regional Rusumo Falls Hydroelectric Project is to increase the supply of electricity to the national grids of Burundi, Rwanda and Tanzania.
The project period will be about seven (7) years, from approval and include: (i) 12 months of final designs and procurement of a contractor, and site acquisition related activities, (ii) 45 months construction period and (iii) 24 months covering the initial defects liability period.
The Project will include the following components:

Component A1: Civil Works. This component comprises all excavation/earth works, tunneling and concrete for the power plant complex structures, including a barrage and gated spillway, intake works and diversion/power canal, surface powerhouse, access roads and construction site facilities such as offices and housing.

Component A2: Mechanical and Electrical Works. This component will include supply, installation, testing and commissioning of: (i) hydro- mechanical equipment; (ii) turbine-generator sets and auxiliaries; (iii) generation substation; and (iv) power complex control and communications equipment.

Component A3: Social and Environmental Impacts mitigation. This component will finance Environmental and Social Management Plan (ESMP) and the Resettlement Action Plan (RAP) including cash compensation to approximately Six Hundred Sixty Four (664) project affected households and implementation of the associated Livelihood Restoration Program and the Local Area Development Plan (LADP). There will not be major procurement services under this component.

Component A4: Owner's Engineer and Project supervision. This component will finance an Owner's Engineer to assist the Project entity with: (i) overall project management and supervision of the procurement, design, construction, interface management and preparation for operation and maintenance of the power plant complex; and (ii) coordination of the implementation of the ESMP RAP. This component will also finance equipment, capacity-building and monitoring/evaluation activities of the project.
Procurement of contracts financed by the World Bank will be conducted through the procedures as specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits & Grants (January 2011 edition), and is open to all eligible bidders as defined in the guidelines. Consulting services will be selected in accordance with the World Bank's Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits % Grants by World Bank Borrowers (January 2011 edition)
Specific procurement notices for contracts to be bid under the World's Bank international competitive bidding (ICB) procedures and for contracts for consultancy services will be announced, as they become available, in UN Development Business and dgMarket and the East African newspaper.

Prequalification of suppliers and contractors will be required for the following contracts;

(i)        Civil works covering the power house; hydro mechanical equipment of the dam; and penstock.

(ii)      Electro-mechanical works and 220 KV Substation at Rusumo side including the switchyard, turbines, generators and power house cranes.

I

nterested eligible bidders who wish to be included on the mailing list to receive invitations to prequalify/bid under ICB procedures, and interested consultants who wish to receive a copy of advertisement requesting expressions of interest for consultancy contracts, or those requiring additional information, should contact the address below.




Contact:

The Rusumo Procurement Office.
Nile Equatorial Lakes Subsidiary Action Program


NELSAP  Offices – 4th floor

Kigali City Tower

Plot 6418, Boulevard du Commerce

P. O. Box 6759, Kigali-Rwanda

Tel: (+250-78) 830-7334

E-mail: rusumopmu@nilebasin.org with copies to akayitare@nilebasin.org and dnzayanga@nilebasin.org


Multinational: Arusha – Holili/Taveta – Voi Road Corridor Development Project, Phase I, Republic of Kenya
Dead Line: Not defined
The Government of the Republic of Kenya has received a loan from the African Development Fund to finance the Multinational: Arusha – Holili/Taveta – Voi Road Corridor Development Project Phase I: Upgading of Mwatate – Taveta Road (A23).

The principal objective of the project is:-

To develop road transport infrastructure between Tanzania and Kenya through the development of the priority road corridor in the sub-region and promote regional integration, enhance tourism, improve accessibility for the communities in the zone of influence to markets and social services and in so doing, contribute to the reduction of poverty.

The project includes the following components;

A) Civil Works

This Component will involve upgrading the existing gravel road (approx. 102km, including the Taveta bypass) to bitumen road including earthworks, pavement construction, construction of new bridges, box culverts and other drainage structures, provision of roadside amenities, station and truck parking areas , road furniture, climbing lanes, lay-bys and environmental and social impact mitigation measures.

Procurement of the works under Advance Contracting is currently on-going and is being carried out under International Competitive Bidding (ICB) procedures, without prequalification of Contractors.

B) Consulting Services

This component will include:-

i. Construction Supervision Services for the civil works described in “A” above. The procurement of the services is currently ongoing and is being carried out through International shortlist using Quality and Cost Based Selection Method.

ii. Technical Audit Services. These services shall be procured through International Shortlist using Least Cost Selection Method.

iii. Road Safety Audit Services. These services shall be procured through National Shortlist using Least Cost Selection Method

iv. HIV/AIDS, STI, TB & Gender awareness & Training Services. These services shall be procured through National Shortlist using Least Cost Selection Method

v. Baseline data collection/ESMP Implementation. These services shall be procured through International Shortlist using Least Cost Selection Method

The Procurement of the services of Consultants will follow the Bank's Rules and Procedure for the Use of Consultants-May 2008 as Revised in July 2012. Request for Proposals are expected to be available in July, 2013.


Download 1,12 Mb.

Do'stlaringiz bilan baham:
1   ...   5   6   7   8   9   10   11   12   ...   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