projectexports.comprojectexports.com/app/webroot/uploads/gpn asia oct 2…  · web view3. the...

41
Global Project News: October’ 2017 PROJECT EXPORTS PROMOTION COUNCIL OF INDIA Update: October’ 2017 Vol. 105 Focus Market by Satpreet Kaur PROJECT EXPORTS PROMOTION COUNCIL OF INDIA (Set up by Ministry of Commerce & Industry, Government of India) 1112 Arunachal Building, 19 Barakhamba Road, New Delhi Tel.:+91-11-41563287, 41514673, 41514284 E-mail: [email protected] ; [email protected] Web-site: www.projectexports.com 0

Upload: vudien

Post on 07-Sep-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Global Project News: October’ 2017

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

Update: October’ 2017

Vol. 105

Focus Market

by

Satpreet Kaur

PROJECT EXPORTS PROMOTION COUNCIL OF INDIA

(Set up by Ministry of Commerce & Industry, Government of India)

1112 Arunachal Building, 19 Barakhamba Road, New DelhiTel.:+91-11-41563287, 41514673, 41514284

E-mail: [email protected]; [email protected]: www.projectexports.com

0

Global Project News: October’ 2017

INDEX

Tenders

Project Country Dead Line Page no.

Water/ Irrigation

ShweGe Storm Water Pumping Station and Substation, Myanmar

Myanmar 01 December 2017

3

Battambang Wastewater Treatment Sub-project, Cambodia Cambodia 30 November 2017

6

Construction 5 (Five) Nos. RCC Drain (4929 m) at Bhola Pourashava, Bangladesh

Bangladesh 13 November 2017

(e-tender)

8

General Procurement Notice for Taraz Water Project, Kazakhstan

Kazakhstan 06 October 2018

9

Ust-Kamenogorsk Water Project: Rehabilitation of Oktyabrsky Water Intake , Kazakhstan

Kazakhstan 06 December 2017

10

Kostanay Water Project: R ehabilitation and upgrade of the water and wastewater infrastructure, Kazakhstan

Kazakhstan 16 October 2018

12

Social Infrastructure

Coastal Towns Environmental Infrastructure Project, Bangladesh

Bangladesh 12 November 2017

(e-tender)

13

Coastal Towns Environmental Infrastructure Project: Re-excavation 3 Nos. Khal totaling 7058 m with walk way at Bhola Pourashava, Bangladesh

Bangladesh 14 November 2017

(e-tender)

14

Greater Mekong Subregion (GMS) Highway Expansion Phase 2 Project, Thailand

Thailand 13 December 2017

16

Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth Project (GMSTIIGP), Vietnam

Vietnam 23 November 2017

18

Thimphu Road Improvement Project (TRIP), Bhutan Bhutan 15 November 2017

19

Rural Roads Improvement Project II, Additional Financing: Improve 1 Road 6.4 Km in Battambang Province, Cambodia

Cambodia 17 November 2017

21

Rural Roads Improvement II, Additional Financing: Improvement of 2 Roads 22.2 Km and output & performance

Cambodia 17 November 2017

22

1

Global Project News: October’ 2017

based contract in Kampong Speu Province, Cambodia

Rural Roads Improvement Project II, Additional Financing: Improve 2 Roads, 22.4 Km in Takeo Province

Cambodia 17 November 2017

25

Energy

Greater Mekong Sub-Region Corridor Towns Development Project: Construction and Installation of Lighting System, Vietnam

Vietnam 20 November 2017

27

Gas Network Modernisation Project Kzakhstan 20 November 2017

29

News Items

L&T Hydrocarbon bags $177m contract from ONGC 32

EIB approves €500m loan for Bangalore metro rail project 32

India’s PNC Infratech wins $332m highway contract 33

ADB and AIIB team up to provide $1.15bn loan for grid stabilisation project in India 33

2

Global Project News: October’ 2017

Tenders

Water

ShweGe Storm Water Pumping Station and Substation, Myanmar

Invitation for Bids

1. The Republic of the Union of Myanmar has received financing from the Asian Development Bank (ADB) toward the cost of Mandalay Urban Services Improvement Project (MUSIP). Part of this financing will be used for payments under the Contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Mandalay City Development Committee (MCDC) (“the Employer”) invites sealed bids from Bidders for the construction and completion of MYWW 3.0 – ShweGe Storm Water Pumping Station and Substation (“The Works”) which is in Nankad Lake. The scope of works is as follows:

Site Preparation;

Site Investigation including additional topographic and geotechnical surveys for foundation and structural design, and trial pits for locating existing utilities/structures;

Detailed design for dyke, pond, temporary access, temporary and permanent platforms, and soil reinforcement; Earthworks for pipes works, utilities, and structures;

Civil works for temporary by-pass of the culverts, outlets, road works, drainage pipelines, manholes and u-drains and other related works;

Construction of Pumping Station which is approximately 6,200 sq. meter including civil works, concrete/structural works, reinforcement, architectural works, provisions of screens, intake, 4 submersible propeller pumps (2m³/s), 12250 kVA transformers, technical room, mechanical/plumbing/HVAC works, electrical and fire protection works and miscellaneous items;

3

Project ID No. MYWW 3.0Project Name: Mandalay Urban Services Improvement ProjectCountry: MyanmarDescription: ShweGe Storm Water Pumping Station and Substation

Funding agency: Asian Development BankLast date of bid submission: 1 December 2017; 14:00 hours

Address for bid submission: DAW KHIN MAY HTAY, Project Manager, MUSIP Project Management Office, MCDC 26th Street, between 71st and 72nd Street, 1st Floor, MUSIP-PMO Chan Aye Thar Zan Township Mandalay, The Republic of the Union of Myanmar Tel: +95-2-61631; Fax + 95-2-36170 Email: [email protected]

Global Project News: October’ 2017

Construction of electrical Substation (5MVA) including civil works, concrete/structural works, reinforcement, architectural works, electrical and fire protection works and miscellaneous items;

Construction of Genset shed and installation of 1000 kVA emergency diesel generator including civil works, concrete/structural works, reinforcement, architectural works, mechanical work, electrical work, and miscellaneous items;

Installation of 8 pipes across the dyke including civil works, concrete/structural works and miscellaneous items;

Tests on completion and after completion for civil works, electrical works, mechanical works, piping works and SCADA and telecom works and other tests as required by the Employers;

Construction of a 250m brick-made fence and entrance gates; Landscaping works including trees and grass planting, architectural works;

Provisions of electrical and mechanical tools, personal protective equipment, spare parts for electrical and mechanical works and other items as deem necessary and as specified by the bidders; and Allocation of budget for Environmental, Social, Health and Safety (ESHS) Requirements.

3. Interested Bidders must have specific experience or capabilities such as:

Financial situation

-Historical Financial Performance: As a minimum, the Bidder’s net worth for the last three (3) years calculated as the difference between total assets and total liabilities should be positive

-Average Annual Construction Turnover: Minimum average annual construction turnover of USD 15 million calculated as total certified payments received for contracts in progress or completed, within the last five (5) years

-Availability of Financial Resources

– Cash flow Capacity: The Bidder must demonstrate that its financial resources, less its financial obligations for its current contract commitments meet or exceed the total requirement for the Subject Contract of USD 1.5 million Construction experience

-Contracts of Similar Size and Nature: Participation in at least two contracts that have been successfully or substantially completed within the last five (5) years for the Construction of a storm water pumping station with a minimum capacity of 6m3/s and that is similar to the proposed works, where the value of the Bidder’s participation exceeds USD 6 million -Construction Experience in Key Activities: a minimum of three (3) construction experience in high seismic area (peak ground acceleration ≥ 0.4g) for the following key activities:

a) Execution of watertight steel sheet piles cofferdam;

b) Execution of special foundations in soils subject to liquefaction below water bodies or water table including at least 1,500m2 consolidation with stone columns foundations with RC retaining walls concrete and steel works structures;

c) Execution of reinforced concrete retaining walls of heights superior to 5m;

d) Execution of earthworks for platforms above 7m heights;

e) Execution of intake with trash screen

4

Global Project News: October’ 2017

f) Execution of mechanical works including a pumping capacity of minimum of 6 m3/s.

g) Electrical works and 5 MVA substation with switch yard, switchgear, control building, transformer, distribution board

h) Execution of steel piping works in diameters exceeding 1,000 mm The qualification criteria are more completely described in the Bidding Document.

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

5. To obtain further information and inspect the Bidding Documents, Bidders should contact during working days and normal working hours, the Project Manager at the following address:

DAW KHIN MAY HTAY, Project Manager, MUSIP Project Management Office, MCDC 26th Street, between 71st and 72nd Street, 1st Floor, MUSIP-PMO Chan Aye Thar Zan Township Mandalay, The Republic of the Union of Myanmar Tel: +95-2-61631; Fax + 95-2-36170 Email: [email protected]

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

Write to the address above (para 5) requesting the Bidding Documents for MYWW 3.0 - ShweGe Storm Water Pumping Station and Substation.

Pay a nonrefundable fee of USD 250 or equivalent in MMK in cash to the PMO Office in the address and time as specified in para 5 above.

The documents will be sent by mail or may be picked up at the said address (para 5). No liability will be accepted for loss or late delivery by mail

7. Pre-bid meeting will be organized on 30 October 2017 at 9:30 hours at MCDC, 5th floor, Six Storey Building, Mandalay.

8. Deliver your bid to the address above (para 5) on or before the deadline as specified above together with a Bid Security as described in the Bidding Document. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend.

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

5

Global Project News: October’ 2017

Battambang Wastewater Treatment Sub-project, Cambodia

Invitation for Bids

1. The Kingdom of Cambodia has received financing from the Asian Development Bank (ADB) towards the cost of the Greater Mekong Subregion Southern Economic Corridor Towns Development Project. A portion of this financing will be applied for eligible payments under the Contract named above. The Bidding is open to Bidders from eligible source countries of the ADB.

2. The Ministry of Public Works and Transport (MPWT) (“the Employer”) hereby invites sealed bids from eligible Bidders for the construction and completion the following contract package:

IFB No. Contract Title Location DurationPMU/MPWT/SECTDP/ICB /CW06

Battambang Wastewater Treatment Sub-project Rattanak and Preak Preah Sdeach Communes

Battambang Province 990 days

The Works include construction of storm drainage with length of approximately 15 km of reinforced concrete pipe with diameters ranging from 1 to 2.5 meters equipped with box culverts.

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

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

Pending Litigation shall not represent more than 75 percent of the Bidder’s net worth. The Bidders’ net worth within last three (3) years shall be positive. Minimum average annual construction turnover of US$ 8.66 million calculated as total certified

payments received for contracts in progress or completed, within the last three (3) years.

6

Project ID No. CW-06Project Name: Greater Mekong Subregion Southern Economic Corridor Towns

Development Project

Country: CambodiaDescription: Battambang Wastewater Treatment Sub-projectFunding agency: Asian Development BankLast date of bid submission: 30 November 2017 at 10:00 hours (local time)

Address for bid submission: H.E. Vong Pisith, Project Director Ministry of Public Works and Transport Room 2, Third Floor, Western Building, CNR Norodom Blvd. & Street # 106, Phnom Penh, Cambodia. Tel/Fax: +85523426110 E-mail: [email protected]

Global Project News: October’ 2017

The Bidder must demonstrate that its financial resources defined in FIN - 3, less its financial obligations for its current contract commitments defined in FIN - 4, meet or exceed the total requirement for the Subject Contract of US$ 1.10 million.

Participation in at least two (2) contracts that have been successfully or substantially completed within the last five (5) years and that are similar to the proposed works, where the value of the Bidder’s participation exceeds not less than US$ 9.36 million.

The similarity of the Bidder’s participation shall be based on the physical size, nature of works, complexity, methods, technology or other characteristics as described in Section 6, Employer’s Requirements.

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

H.E. Vong Pisith, Project Director Ministry of Public Works and Transport Room 2, Third Floor, Western Building, CNR Norodom Blvd. & Street # 106, Phnom Penh, Cambodia. Tel/Fax: +85523426110 E-mail: [email protected]

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

Write to address above requesting for the Bidding Documents for the Contract Package No. PMU/MPWT/SECTDP/ICB/CW-06 addressed to H.E. Vong Pisith, Project Director, at PMU-Office, Room 2, Third Floor, Western Building, CNR Norodom Blvd, & St #106, Phnom Penh, Cambodia;

Pay a non-refundable fee of USD 200 or its equivalent in Cambodian Riel being 800,000.00 Riel.

The method of payment will be in cash or deposit to Bank account No.000000001333 of National Bank of Cambodia. The Bidding Documents may be collected in person or may be sent by email or courier, but the Bidder has to deposit the fee at the above bank account and to pay for courier charge by his/her arrangement as appropriate at the discretion of Bidder. Other than payment of the non-refundable fee specified above, there shall be no other conditions for the purchase of the Bidding Documents. The Bidding Documents can be purchased during normal working days from between 8:00- 11:30 hours in the morning and 14:30 – 17:00 hours at the address mentioned in para 5, from 12 October 2017.

7. Bidders should deliver their bids:

to the address mentioned in para 5 on or before 30 November 2017 at 10:00 hours (local time) together with a Bid Security in the amount as specified in the Bidding Documents.

For the purpose of determining the equivalent amount of the required Bid Security in a freely convertible currency, the selling exchange rate published by the National Bank of Cambodia on the date 28 days prior to the deadline for bid submission shall be applied.

Bids will be opened immediately after the deadline of bid submission in the presence of Bidders’ representatives who choose to attend. The Bidder shall bear all costs associated with the preparation and submission of its Bids and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

7

Global Project News: October’ 2017

Construction 5 (Five) Nos. RCC Drain (4929 m) at Bhola Pourashava, Bangladesh

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Coastal Towns Environmental Infrastructure Project (CTEIP). Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Bhola Pourashava, District: Bhola, ("the Employer") invites online bids/tenders from eligible Bidders for the Construction 5 (Five) nos. RCC Drain (4929 m) at Bhola Pourashava, at Bhola Pourashava ("the Works").

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

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

Specific Similar Experience: at least one contract within the last 5 (five)years where the value of the Bidder’s participation exceeds BDT 75.00 million.

Average Annual Construction Turnover: minimum BDT 90.00 million over the last 5 (five) years Liquid Assets or Credit Facilities: minimum BDT 12.00 million More details of qualification

requirements are mentioned in the biding documents

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

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

7. The deadline for submission of e-Tenders (bids) is 13 November 2017 at 13:00 hours Bangladesh Standard Time (BST), and on-line opening will be done on the same date and same time.

8. Further information and guidelines are available in the e-GP portal and from e-GP help desk ([email protected]). To obtain further information, please contact the official inviting the tender as follows:

Attention: Executive Engineer

8

Project ID No. e-GP/CTEIP/2017-18/BHO/DR-05 Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Construction 5 (Five) Nos. RCC Drain (4929 m) at Bhola PourashavaFunding agency: Asian Development BankLast date of bid submission: 13 November 2017, 13:00 hours (Bangladesh Standard Time)

Address for bid submission: e-tender

Global Project News: October’ 2017

Bhola Pourashava, Bhola Telephone: +880 49162737 Fax: +880 49162155 Email: [email protected]

Taraz Water Project, Kazakhstan

GENERAL PROCUREMENT NOTICE

This GPN updates the previous version published on the Bank's website on 6 October 2016.SCE Taraz Su (the "Client"), a municipal water distribution and wastewater treatment utility, has received a loan from the European Bank for Reconstruction and Development (the Bank) to improve water infrastructure in the city of Taraz.The proposed project, which has a total estimated investment cost of KZT 2.4 billion (EUR 6 million equivalent), will require the procurement of the following goods and works and services:

Modernisation of pumping stations Reconstruction of water intakes SCADA Buildings and zonal water flow metering: replacement of water meters for legal entities Specialized machinery and equipment

Tendering for the above contracts has started in the fourth quarter of 2017.

Buildings and zonal water flow metering: supply of process water flow meters

Tendering for the above contract is expected to start in the second quarter of 2018.The contracts to be financed with the proceeds of a loan from the Bank and an investment grant from the Government of Kazakhstan and will be subject to the Bank's Procurement Policies and Rules and will be open to firms from any country. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law of official regulation of the Purchaser's country.Interested suppliers, contractors and consultants should contact:

9

Project ID No. 8844-GPN-42664Project Name: Taraz Water ProjectCountry: KazakhstanFunding agency: EBRDLast date of bid submission: 06 October 2018

Address for bid submission: State Communal Enterprise Taraz SuMr. Rakhymzhan NigmedzhanovAddress: 136 Kazybek Bi StreetTaraz City, 080012, Jambyl Oblast, KazakhstanPhone/fax: +7(7262) 45 35 37E-mail: [email protected]

Global Project News: October’ 2017

State Communal Enterprise Taraz SuMr. Rakhymzhan NigmedzhanovAddress: 136 Kazybek Bi StreetTaraz City, 080012, Jambyl Oblast, KazakhstanPhone/fax: +7(7262) 45 35 37E-mail: [email protected]

Ust-Kamenogorsk Water Project: Rehabilitation of Oktyabrsky Water Intake, Kazakhstan

INVITATION FOR TENDERS

REHABILITATION OF OKTYABRSKY WATER INTAKE

This Invitation for Tenders follows the General Procurement Notice No. GPN 8277-GPN-47526 for this project which was published in Procurement Opportunities on the EBRD website www.ebrd.com on May 10, 2016 and updated as 8670-GPN-47526 of May 03, 2017.State Communal Enterprise “Oskemen Vodokanal” of the Ust-Kamenogorsk City Akimat hereinafter referred to as the Employer, has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Ust-Kamenogorsk Water Project.The Employer now invites sealed tenders from contractors for the contract on Rehabilitation of Oktyabrsky Water Intake, to be co-funded from the proceeds of the loan and funds of the Employer:

This contract includes revision of design and cost estimate documents, supply of equipment, civil and installation works and related services according to the Technical Specifications.

The estimated completion time under the contract is 365 days. The Project Area is Ust-Kamenogorsk city, Republic of Kazakhstan.

To qualify for award of the Contract, the tenderer shall meet the following qualifying requirements:

a. The Tenderer shall demonstrate that it has successful experience as prime contractor in the execution of at least 2 (two) successfully completed contracts of a nature and complexity comparable to the proposed contract, with at least one of them having a value of not less than KZT 1,400,000,000 (one billion four hundred million) equivalent, within the last 5 (five) years;

10

Project ID No. 8856-IFT-47526Project Name: Ust-Kamenogorsk Water ProjectCountry: KazakhstanDescription: Rehabilitation of Oktyabrsky Water IntakeFunding agency: EBRDLast date of bid submission: 06 December 2017

Address for bid submission: State Communal Enterprise “Oskemen Vodokanal”Mrs. Indira NursabitovaAddress: 59 Pogranichnaya street,Ust-Kamenogorsk, 070010, Republic of KazakhstanPhone: +7 7232 53 17 70/ fax: +7 7232 53 17 30E-mail: [email protected]

Global Project News: October’ 2017

b. The tenderer, partner of JVCA or their sub-contractors shall demonstrate successful experience in design and construction/reconstruction of water intakes of a nature and complexity comparable to the proposed contract;

c. Average annual turnover of the Tenderer as prime contractor (defined as billing for works in progress and completed) over the last 5 (five) years shall be not less than KZT 2,700,000,000 (two billion seven hundred million) equivalent;

d. The Tenderer shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial sources sufficient to bear costs associated with the execution of the contract for a period of 3 (three) months, estimated as not less than KZT 460,000,000 (four hundred sixty million) equivalent, taking into account the Tenderer's commitments to other contracts;

e. The Tenderer shall submit balance sheets audited or supported by relevant documents issued by tax authorities of the tenderer’s country of origin for the last five (5) years to demonstrate the soundness of the Tenderer's financial position, showing long-term profitability;

f. The Tenderer or at least one partner of JVCA or a nominated sub-contractor shall avail of or have obtained prior to the contract commencement date all necessary licenses, certificates and permits required under the applicable legislation of the Republic of Kazakhstan, including:

-      license for design works;-      license for civil and installation works;

g. The Tenderer shall be registered or will have to be registered in case of award of the contract with the Tax Authorities of the Republic of Kazakhstan;

h. The Tenderer shall be certified for quality standard ISO 9001 or equivalent;

i. The Tenderer shall be certified for health protection and professional safety standard OHSAS 18001 or equivalent;

j. The Tenderer shall be certified for the environmental standard ISO 14001 or equivalent.

Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.The tender documents are prepared in English with their unofficial Russian translation, and may be obtained free of charge from the office at the address below.Upon a written request the tender documents may be collected from the office at the address given below or the documents will be promptly dispatched by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery.All tenders must be accompanied by a Tender Security in the amount of not less than KZT 36,000,000 (thirty-six million) or equivalent in convertible currency.Tenders must be delivered to the address below on or before 15:00 local time on 6 December 2017, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:State Communal Enterprise “Oskemen Vodokanal”Mrs. Indira NursabitovaAddress: 59 Pogranichnaya street,Ust-Kamenogorsk, 070010, Republic of KazakhstanPhone: +7 7232 53 17 70/ fax: +7 7232 53 17 30E-mail: [email protected]

11

Global Project News: October’ 2017

Kostanay Water Project: Rehabilitation and upgrade of the water and wastewater infrastructure, Kazakhstan

GENERAL PROCUREMENT NOTICE

This is an update to the General Procurement Notice for this project published on the EBRD website on 6 October 2016 (8423-GPN-47497).State Communal Enterprise Kostanay Su (the "Company"), a municipal water distribution and wastewater treatment utility of the city of Kostanay (the "City") in the Republic of Kazakhstan, entirely owned by the City Akimat, has applied for a loan from the European Bank for Reconstruction and Development to finance to support the rehabilitation and upgrade of the water and wastewater infrastructure in the City.The proposed Project has a total estimated cost of up to KZT 4.4 billion.The project will require procurement of the following works, goods and services:

Reconstruction of disinfection system at WTP site; Construction of two clean water reservoirs at the water pumping station; Rehabilitation of the water and wastewater networks; Modernization of the water treatment plant ("WTP"); Reconstruction of  wastewater pumping stations; Procurement of specialized vehicles; Procurement of laboratory equipment; Procurement and installation of SCADA; Procurement and installation of GIS and hydraulic models for water supply and wastewater

systems;

Tendering for the project is expected to commence in the fourth quarter of 2017.Contracts to be financed with the proceeds of a loan from the EBRD will be tendered in accordance with the EBRD's Procurement Policies and Rules. The proceeds of the EBRD loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations or under a law or official regulation of the Purchaser's country.Interested suppliers and contractors should contact:

12

Project ID No. 8854-GPN-47497Project Name: Kostanay Water ProjectCountry: KazakhstanDescription: the rehabilitation and upgrade of the water and wastewater

infrastructure in the City.

Funding agency: EBRDLast date of bid submission: 16 October 2018

Address for bid submission: State Communal Enterprise Kostanay SuAddress: 19 Abay st., Kostanay city,Kostanay Oblast, KazakhstanAttention: Mr. Yuriy Kurs, DirectorFax: +7-7142-222544E-mail:[email protected]

Global Project News: October’ 2017

State Communal Enterprise Kostanay SuAddress: 19 Abay st., Kostanay city,Kostanay Oblast, KazakhstanAttention: Mr. Yuriy Kurs, DirectorFax: +7-7142-222544E-mail:[email protected]

Social Infrastructure

Coastal Towns Environmental Infrastructure Project, Bangladesh

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Coastal Towns Environmental Infrastructure Project (CTEIP). Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Gapachipa Pourashava, District: Patuakhali, ("the Employer") invites online bids/tenders from eligible Bidders for the Improvement/construction of five 05 nos. Road total length 3.89 kms. with 246 m. roadside drain 08 nos. box-culvert 07 nos. cross drain 30 nos. sitting bench and 458 m. protection work under Galachipa Pourashava District Patuakhali. ("the Works").

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

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

Specific Similar Experience: at least one contract within the last 5 (five)years where the value of the Bidder’s participation exceeds BDT 39.50 million.

Average Annual Construction Turnover: minimum BDT 49.00 million over the last 5 (five) years Liquid Assets or Credit Facilities: minimum BDT 6.70 million

More details of qualification requirements are mentioned in the biding documents

5. This is an online bidding where only e-Tender (e-bid) will be accepted in the Bangladesh National e-GP System Portal and no offline/hard copies will be accepted. To obtain further information and to

13

Project ID No. e-GP/CTEIP/2016-17/GAL/RD/03Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Improvement/construction of five 05 nos. Road total length 3.89 kms.

with 246 m. roadside drain 08 nos. box-culvert 07 nos. cross drain 30 nos. sitting bench and 458 m. protection work under Galachipa Pourashava District Patuakhali

Funding agency: Asian Development BankLast date of bid submission: 12 November 2017, 14:00 hours (Bangladesh Standard Time)

Address for bid submission: e-tender

Global Project News: October’ 2017

submit e-Tender for this works package bearing e-tender ID no. mentioned above, registration in the e-GP portal (http://www.eprocure.gov.bd) is required.

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

7. The deadline for submission of e-Tenders (bids) is 12 November 2017 at 14:00 hours Bangladesh Standard Time (BST), and on-line opening will be done on the same date and same time.

8. Further information and guidelines are available in the e-GP portal and from e-GP help desk ([email protected]).

To obtain further information, please contact the official inviting the tender as follows:

Coastal Towns Environmental Infrastructure Project: Re-excavation 3 Nos. Khal totaling 7058 m with walk way at Bhola Pourashava, Bangladesh

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of Coastal Towns Environmental Infrastructure Project (CTEIP). Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Bhola Pourashava, District: Bhola, ("the Employer") invites online bids/tenders from eligible Bidders for the Re-excavation 3 Nos. Khal totaling 7058 m with walk way at Bhola Pourashava ("the Works").

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

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

Specific Similar Experience: at least one contract within the last 5 (five)years where the value of the Bidder’s participation exceeds BDT 54.30 million.

Average Annual Construction Turnover: minimum BDT 67.00 million over the last 5 (five) years Liquid Assets or Credit Facilities: minimum BDT 9.20 million

More details of qualification requirements are mentioned in the biding documents

14

Project ID No. e-GP/CTEIP/2016-17/BHO/DR-04Project Name: Coastal Towns Environmental Infrastructure ProjectCountry: BangladeshDescription: Re-excavation 3 Nos. Khal totaling 7058 m with walk way at Bhola

Pourashava.

Funding agency: Asian Development BankLast date of bid submission: 14 November 2017 at 13:00 hours Bangladesh Standard Time (BST)

Global Project News: October’ 2017

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

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

7. The deadline for submission of e-Tenders (bids) is 14 November 2017 at 13:00 hours Bangladesh Standard Time (BST), and on-line opening will be done on the same date and same time.

8. Further information and guidelines are available in the e-GP portal and from e-GP help desk ([email protected]). To obtain further information, please contact the official inviting the tender as follows:

Attention: Executive Engineer Bhola Pourashava, Bhola Telephone: +880 49162737 Fax: +880 49162155 Email: [email protected]

15

Global Project News: October’ 2017

Greater Mekong Subregion (GMS) Highway Expansion Phase 2 Project, Thailand

Invitation for Prequalification

1. The Invitation for Prequalification follows the Advance Action Notice for this project that appeared on the Asian Development Bank (ADB) website on 6 October 2017. The eligibility rules and procedures of ADB will govern the prequalification and the bidding process.

2. The Kingdom of Thailand has applied for financing from the Asian Development Bank (ADB) towards the cost of the Greater Mekong Subregion (GMS) Highway Expansion Phase 2 Project.

3. The Department of Highways (DOH) (“the Employer”) intends to prequalify firms for the following packages/contracts under this project. The Project will upgrade 136.650 km of existing 2-lane national highway to a 4-lane divided highway standard. Works include new bridge and widening of existing bridges, reinforce concrete box and pipe culvert improvements, new asphaltic concrete pavement sections, and the strengthening and overlay of existing pavement sections. Additional specific roadway safety improvement such as provision for pedestrian overpasses, improved signage and pavement marking, and the pavement widening at bus stops will be incorporated into the improvements. The projects are located along the GMS East-West Economic Corridor (EWEC): Nong Han-Phang Khon (34.68 km), Sakon Nakhon-Nakhon Phanom (43.0 km) of NH 22 and: Roi Et-Yasothon (58.97 km) of NH 23. Package I : Nong Han-Phang Khon (Section 1) Package J : Nong Han-Phang Khon (Section 2) Package K : Sakon-Nakhon-Nakhon Phanom (Section 1) Package L : Sakon Nakhon-Nakhon Phanom (Section 2) Package M : Roi ET-Yasothon (Section 1) Package N : Roi ET-Yasothon (Section 2)

4. It is expected that the Invitation for Bids will be made in February 2018.

5. To obtain further information and inspect the Prequalification Documents, interested eligible applicants should contact:

Greater Mekong Subregion (GMS) Highway Expansion Phase 2 Project

16

Project ID No.Project Name: Greater Mekong Subregion (GMS) Highway Expansion Phase 2 ProjectCountry: ThailandDescription: Package I : Nong Han-Phang Khon (Section 1) Package J : Nong Han-

Phang Khon (Section 2) Package K : Sakon-Nakhon-Nakhon Phanom (Section 1) Package L : Sakon Nakhon-Nakhon Phanom (Section 2) Package M : Roi ET-Yasothon (Section 1) Package N : Roi ET-Yasothon (Section 2)

Funding agency: Asian Development BankLast date of bid submission: 15 December 2017 16:00 hours (Local Time)

Address for bid submission: Greater Mekong Subregion (GMS) Highway Expansion Phase 2 Project Bureau of International Highways Cooperation Department of Highways (DOH) Attention: Mr. Punya Chunapit 2/486 Si Ayutthaya Road Thung Phaya Thai, Ratchathewi Bangkok, Thailand 10400 Telephone: (66-2) 354-6704 Facsimile number: (66-2) 354-6731 Electronic mail address:[email protected]

Global Project News: October’ 2017

Bureau of International Highways Cooperation Department of Highways (DOH) Attention: Mr. Punya Chunapit 2/486 Si Ayutthaya Road Thung Phaya Thai, Ratchathewi Bangkok, Thailand 10400 Telephone: (66-2) 354-6704 Facsimile number: (66-2) 354-6731 Electronic mail address:[email protected]

6. To purchase the Prequalification Documents in English, eligible applicants should: write to address above requesting the Prequalification Document for:

Package I : Nong Han-PhangKhon (Section 1)

Package J : Nong Han-PhangKhon (Section 2)

Package K : Sakon-Nakhin-Nakhon Phanom (Section 1)

Package L : Sakon Nakhon-Nakhin Phanom (Section 2)

Package M : Roi ET-Yasothon (Section 1)

Package N : Roi ET-Yasothon (Section 2) pay a non-refundable fee (per package) of Baht. 1,000 or US$ 30 by cash or cashier’s check issued by any bank which has a branch in Bangkok, Thailand and made payable to the Ministry of Finance. The document will be sent by courier. No liability will be accepted for loss or late delivery

7. Deliver your application:

to the address above (para 5) on or before 15 December 2017 at 16:00 hours Local Time

The Employer reserves the right to accept or reject late applications.

8. The Employer will not be responsible for any costs or expenses incurred by Applicants in connection with the preparation and delivery of their applications.

9. Applicants who will meet all the eligibility, pending litigation, financial situation and experience criteria for each package/contract will be prequalified. Other prequalification criteria are provided in the Prequalification Document.

10. The Employer will notify all Applicants in writing of the names of Applicants who have been prequalified for each package/contract.

17

Global Project News: October’ 2017

Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth Project (GMSTIIGP), Vietnam

Invitation for Bids

1. The Social Republic of Vietnam has received financing from the Asian Development Bank toward the cost of the Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth Project, and intends to apply part of the proceeds toward payments under the contract named above.

2. The Project Implementation Unit of GMSTIIGP in Lao Cai province invites sealed bids from eligible Bidders for upgrading 6.07 km of existing road from Sa pa to Ta Phin communes to road grade V in mountainous areas and construction of 8.5 km of rural road grade B from Ta Phin to Ban Khoang communes in Sa Pa district, Lao Cai province, including embankments, culverts, drainage systems, channels, pre-stressed RC bridges, parking areas, rest-stops.

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s SingleStage: One-Envelope procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

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

Participated in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds VND 115 billion

Average Annual Construction Turnover for the last 3 year at least 250 billion VND

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

5. Interested eligible Bidders may obtain further information from Project Implementation Unit of GMSTIIGP in Lao Cai province, Mrs. Hoang Thu Huyen, Email: [email protected] and inspect the Bidding Documents during office hours (from 8:00 to 17:00 hours) at the address given below from 24 October 2017.

18

Project ID No. : TIIG – VIE – W02Project Name: Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth

Project (GMSTIIGP)Country: VietnamDescription: Ta Phin – Ban Khoang Access Road ImprovementFunding agency: Asian Development BankLast date of bid submission: 23 November 2017, 8:30 am

Address for bid submission: Office of Project Implementation Unit of Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth Project in Lao Cai province 1st Floor, Zone IV, Lao Cai – Cam Duong new urban area, 30th April Street, Bac Lenh Ward, Lao Cai city,Lao Cai province. Attn: Mrs. Hoang Thu Huyen, Director Tel: +84214 386 89 99 Fax: +84214 386 89 99 E-mail: [email protected]

Global Project News: October’ 2017

6. A complete set of Bidding Documents in Vietnamese may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of VND 2,000,000 (two million Vietnam dong). The method of payment will be in cash. The document will be sent by hand or through courier. If through courier, Bidders should pay the required fees for delivery at the rates of the courier. The Employer will assume no liability for loss or late delivery.

7. Bids must be delivered to the address below on or before 8:30 am 23 November 2017. 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 on 9:00 am on the same day. All bids must be accompanied by a Bid Security as described in the Bidding Document.

8. The address referred to above is:

Office of Project Implementation Unit of Greater Mekong Subregion Tourism Infrastructure for Inclusive Growth Project in Lao Cai province 1st Floor, Zone IV, Lao Cai – Cam Duong new urban area, 30th April Street, Bac Lenh Ward, Lao Cai city,Lao Cai province. Attn: Mrs. Hoang Thu Huyen, Director Tel: +84214 386 89 99 Fax: +84214 386 89 99 E-mail: [email protected]

Thimphu Road Improvement Project (TRIP), Bhutan

Invitation for Bids

1. The Kingdom of Bhutan (RGoB) has applied for financing from the Asian Development Bank (ADB) towards the cost of Thimphu Road Improvement Project. Part of this financing will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of the ADB. However, a successful Bidder is required to register with the Construction Development Board (CDB) of Bhutan before award of contract.

2. The Thimphu Thromde (“the Employer") invites sealed bids from eligible Bidders for the Construction and completion of Improvement of Road from YHS to Simtokha Mani Dungkhor ("the Works").

3. National Competitive Bidding (NCB) will be conducted in accordance with ADB’s SingleStage: One Envelope procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

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

19

Project ID No. TT/TRIP/002Project Name: Thimphu Road Improvement Project (TRIP)Country: BhutanDescription: Improvement of Road from YHS to Simtokha Mani DungkhorFunding agency: Asian Development BankLast date of bid submission: 15 November 2017, 10:30 hours (local time)

Address for bid submission: Mr. Karma Drupchuk, Project Director,

Global Project News: October’ 2017

Key Experience Requirement:

Participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works (similar works means road works), where the value of the Bidder’s past participation exceeds Nu. 71.00 million.

Key financial requirement:

Minimum Average Annual Construction Turnover (AACT) of Nu. 118.50 million in the last three (3) years.

Key equipment requirement:

i. Road roller (8-10 MT)-1., ii. Tippers-1., iii. Asphalt Paver-1., iv. Asphalt Hot-mix Plant- 1 v. Hydraulic Excavator (PC 200 or equivalent) -1

Key personnel requirement:

(i) Project Manager-1., (ii) Civil Engineer- 1, & (iii) Site Supervisor- 1 (iv) Surveyor- 1

5. To obtain further information and inspect the Bidding Documents, Bidders should contact: The Project Manager (TRIP) Mr. Karma Jamtsho Thimphu Thromde, Building 8, Gongdzin Lam, Thimphu 11001, Telephone No: 975 - 77668616 email: [email protected]

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

Write to address above requesting the Bidding Documents for TT/TRIP/002:

Improvement of Road from YHS to Simtokha Mani Dungkhor Pay a non-refundable fee of Nu 3,000/- by cash/draft between 9:00 hours and 13:00 hours on

any working day from 16 October 2017 till 14 November 2017.

7. Deliver your bid to:

Mr. Karma Drupchuk, Project Director, Department of Engineering Services, MoWHS, Thimphu, Bhutan;

on or before 10:30 hours on 15 November 2017; together with a Bid Security as described in the Bidding Document.

Bids will be opened immediately after the deadline for bid submission in the presence of the Bidder’s representative who choose to attend.

20

Global Project News: October’ 2017

Rural Roads Improvement Project II, Additional Financing: Improve 1 Road 6.4 Km in Battambang Province, Cambodia

Invitation for Bids

1. The Kingdom of Cambodia has received loans from the Asian Development Bank (ADB), Agence Francaise de Developpement and a Grant from Government of Australia towards the cost of Rural Roads Improvement II, Additional Financing. Part of these loans and a grant will be used for payments under the contract named above. No nationality restrictions apply.

2. The Project Management Unit, Ministry of Rural Development (MRD) invites sealed bids from eligible bidders for the Improvement of 1 Road 6.4 Km in Battambang Province (IFB No. 2017 RRIP II AF –IFB -03). The Construction period is four hundred fifty-five (455) days.

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

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

Bidder should have participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds US$ 0.5048 million. Similar works shall be any roads or highway works.

The Bidder should have an average annual construction turnover of US$ 0.9465 million, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

21

Project ID No.

CW13

IFB No.: 2017 – RRIP II AF IFB-03

Project Name: Rural Roads Improvement Project II, Additional FinancingCountry: CambodiaDescription: Improve 1 Road 6.4 Km in Battambang ProvinceFunding agency: Asian Development BankLast date of bid submission: 17 November 2017 at 10:00 hours (Cambodia time)

Address for bid submission: Project Management Unit Deputy Director General for Technical Affairs Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Global Project News: October’ 2017

5. To obtain further information and inspect the Bidding Documents, Bidders should contact the address mentioned below (paragraph 11) from Monday to Friday during office hours from 8:00 – 11: 30 hours in the morning and 14:30 – 17:00 hours in the afternoon.

6. A pre-bid meeting of the package shall take place on 24 October 2017 at 15:00 hours (Cambodia time) at the address mentioned below:

Meeting Room of the General Directorate for Technical Affairs 1st Floor, Ministry of Rural development, Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA 7. A complete set of Bidding Documents in English may be purchased by interested Bidders upon submission of a written application to the address in paragraph 11 and upon payment of a non-refundable fee of US$ 100 or Riel 400,000.00. The method of payment will be in cash. The Bidding Document will be collected in person at the discretion of Bidder. Other than payment of the non-refundable fee specified above, there shall be no other conditions for the purchase of the Bidding Documents.

8. In case of any difficulty in purchasing the Bidding Documents in person, interested parties may contact in writing

H.E. CHAN Darong, Project Director at Ministry of Rural Development, Corner of Road #169 and Russian Federation Blvd, Phnom Penh, CAMBODIA, Tel: (855) 12 599 599, Fax: (855) 23 885 746

and also send a copy of the communication to:

General Department of International Cooperation and Debt Management of the Ministry of Economy and Finance located at St. 92, Sangkat Wat Phnom, Khan Daun Penh, Phnom Penh, Cambodia, Tel/Fax: (855) 23 428 424 and ADB-Manila Mission Leader, Mr. Takeshi Fukayama, Senior Transport Specialist Telephone No. (63-2) 632 6782, Email address: [email protected]

9. Bids (one original and two copies) must be delivered to the address given below (paragraph 11) on or before 10:00 hours (Cambodia time) on 17 November 2017.

Late bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives and other interested person who choose to attend in person at the address below (paragraph 11) not later than 10:15 hours (Cambodia time) on 17 November 2017.

10. All bids shall be accompanied by a Bid Securing Declaration as described in the Instructions to Bidders.

11. The address referred to above is as follows:

Project Management Unit Deputy Director General for Technical Affairs

22

Global Project News: October’ 2017

Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Rural Roads Improvement II, Additional Financing: Improvement of 2 Roads 22.2 Km and output & performance based contract in Kampong Speu Province, Cambodia

Invitation for Bids

1. The Kingdom of Cambodia has received loans from the Asian Development Bank (ADB), Agence Francaise de Developpement and a Grant from Government of Australia towards the cost of Rural Roads Improvement II, Additional Financing. Part of these loans and a grant will be used for payments under the contract named above. No nationality restrictions apply.

2. The Project Management Unit, Ministry of Rural Development (MRD) invites sealed bids from eligible bidders for the Improvement of 2 Roads 22.2 Km and output & performance based contract in Kampong Speu Province (IFB No. 2017 RRIP II AF- IFB-07). The Construction period is 548 days for Improvement of 22.20Km of 2 Roads, and 730 days for output & performance based contract.

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

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

23

Project ID No. IFB No. 2017 RRIP II AF- IFB-07Project Name: Rural Roads Improvement II, Additional FinancingCountry: CambodiaDescription: Improvement of 2 Roads 22.2 Km and output & performance based

contract in Kampong Speu Province

Funding agency: Asian Development BankLast date of bid submission: 10:00 hours (Cambodia time) on 17 November 2017

Address for bid submission: Deputy Director General for Technical Affairs Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Global Project News: October’ 2017

Bidder should have participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds US$1.88 million. Similar works shall be any roads or highway works.

The Bidder should have an average annual construction turnover of US$3.525 million, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

5. To obtain further information and inspect the Bidding Documents, Bidders should contact the address mentioned below (paragraph 11) from Monday to Friday during office hours from 8:00 – 11: 30 hours in the morning and 14:30 – 17:00 hours in the afternoon.

6. A pre-bid meeting of the package shall take place on 24 October 2017 at 15:00 hours (Cambodia time) at the address mentioned below: Meeting Room of the General Directorate for Technical Affairs 1st Floor, Ministry of Rural development, Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA

7. A complete set of Bidding Documents in English may be purchased by interested Bidders upon submission of a written application to the address in paragraph 11 and upon payment of a non-refundable fee of US$ 100 or Riel 400,000.00. The method of payment will be in cash. The Bidding Document will be collected in person at the discretion of Bidder. Other than payment of the non-refundable fee specified above, there shall be no other conditions for the purchase of the Bidding Documents.

8. In case of any difficulty in purchasing the Bidding Documents in person, interested parties may contact in writing H.E. CHAN Darong, Project Director at Ministry of Rural Development, Corner of Road #169 and Russian Federation Blvd, Phnom Penh, CAMBODIA, Tel: (855) 12 599 599, Fax: (855) 23 885 746 and also send a copy of the communication to:

General Department of International Cooperation and Debt Management of the Ministry of Economy and Finance located at St. 92, Sangkat Wat Phnom, Khan Daun Penh, Phnom Penh, Cambodia, Tel/Fax: (855) 23 428 424 and

ADB-Manila Mission Leader, Mr. Takeshi Fukayama, Senior Transport Specialist Telephone No. (63-2) 632 6782, Email address: [email protected]

9. Bids (one original and two copies) must be delivered to the address given below (paragraph 11) on or before 10:00 hours (Cambodia time) on 17 November 2017. Late bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives and other interested person who choose to attend in person at the address below (paragraph 11) not later than 10:45 hours (Cambodia time) on 17 November 2017.

10. All bids shall be accompanied by a Bid Securing Declaration as described in the Instructions to Bidders.

11. The address referred to above is as follows:

Project Management Unit

Deputy Director General for Technical Affairs Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA

24

Global Project News: October’ 2017

Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Rural Roads Improvement Project II, Additional Financing: Improve 2 Roads, 22.4 Km in Takeo Province

Invitation for Bids

1. The Kingdom of Cambodia has received loans from the Asian Development Bank (ADB), Agence Francaise de Developpement and a Grant from Government of Australia towards the cost of Rural Roads Improvement II, Additional Financing. Part of these loans and a grant will be used for payments under the contract named above. No nationality restrictions apply.

2. The Project Management Unit, Ministry of Rural Development (MRD) invites sealed bids from eligible bidders for the Improvement of 2 Roads 22.4 Km in Kampong Speu Province (IFB No. 2017 RRIP II AF- IFB-08). The construction period is 548 days.

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

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

Bidder should have participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds US$ 1.696 million. Similar works shall be any roads or highway works.

The Bidder should have an average annual construction turnover of US$ 3.1 million, calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

25

Project ID No.

CW15

IFB No.: 2017- RRIP II AF IFB-08Project Name: Rural Roads Improvement Project II, Additional FinancingCountry: CambodiaDescription: Improve 2 Roads, 22.4 Km in Takeo ProvinceFunding agency: Asian Development BankLast date of bid submission: 17 November 2017 at 10:00 hours (Cambodia time)

Address for bid submission: Project Management Unit Deputy Director General for Technical Affairs Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Global Project News: October’ 2017

5. To obtain further information and inspect the Bidding Documents, Bidders should contact the address mentioned below (paragraph 11) from Monday to Friday during office hours from 8:00 – 11: 30 hours in the morning and 14:30 – 17:00 hours in the afternoon.

6. A pre-bid meeting of the package shall take place on 24 October 2017 at 15:00 hours (Cambodia time) at the address mentioned below:

Meeting Room of the General Directorate for Technical Affairs 1st Floor, Ministry of Rural development, Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA

7. A complete set of Bidding Documents in English may be purchased by interested Bidders upon submission of a written application to the address in paragraph 11 and upon payment of a non-refundable fee of US$ 100 or Riel 400,000.00. The method of payment will be in cash. The Bidding Document will be collected in person at the discretion of Bidder. Other than payment of the non-refundable fee specified above, there shall be no other conditions for the purchase of the Bidding Documents.

8. In case of any difficulty in purchasing the Bidding Documents in person, interested parties may contact in writing H.E. CHAN Darong, Project Director at Ministry of Rural Development, Corner of Road #169 and Russian Federation Blvd, Phnom Penh, CAMBODIA, Tel: (855) 12 599 599, Fax: (855) 23 885 746 and also send a copy of the communication to:

General Department of International Cooperation and Debt Management of the Ministry of Economy and Finance located at St. 92, Sangkat Wat Phnom, Khan Daun Penh, Phnom Penh, Cambodia, Tel/Fax: (855) 23 428 424 and ADB-Manila Mission Leader, Mr. Takeshi Fukayama, Senior Transport Specialist Telephone No. (63-2) 632 6782, Email address: [email protected]

9. Bids (one original and two copies) must be delivered to the address given below (paragraph 11) on or before 10:00 hours (Cambodia time) on 17 November 2017. Late bids will be rejected. Bids will be opened in the presence of the Bidders’ representatives and other interested person who choose to attend in person at the address below (paragraph 11) not later than 11:15 hours (Cambodia time) on 17 November 2017.

10. All bids shall be accompanied by a Bid Securing Declaration as described in the Instructions to Bidders.

11. The address referred to above is as follows:

Project Management Unit Deputy Director General for Technical Affairs Attn.: Mr. Song Sophal, Project Manager PMU Office, Ground Floor, Behind Main Building, Ministry of Rural Development Corner of Road # 169 and Russian Federation Blvd, Phnom Penh, CAMBODIA Tel.: (855) 77 801 313, Fax: (855) 23 885 746, Email: [email protected]

Energy

26

Global Project News: October’ 2017

Greater Mekong Sub-Region Corridor Towns Development Project: Construction and Installation of Lighting System, Vietnam

Invitation for Bids

1. The Socialist Republic of Viet Nam has received a loan from the Asian Development Bank (ADB) toward the cost of the Greater Mekong Subregion Corridor Town Development Project (SUSEDP). Part of this financing will be used for payments under the Contract named above. Bidding is open to Bidders from eligible source countries of the ADB.

2. The Quang Tri Department of Planning and Investment now invites sealed bids from eligible bidders for Construction and Installation of Lighting System.

Description of Work: Construction and Installation of Urban Lighting System for 12 Urban Roads in Dong Ha City and Huong Hoa District of Quang Tri province.

Construction time: 12 months (1 year)

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

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

All pending litigation and arbitration, if any, shall be treated as resolved against the Bidder and so shall in total not represent more than 50 percent of the Bidder’s net worth calculated as the difference between total assets and total liabilities;

Minimum average annual construction turnover of VND 119 billion calculated as total certified payments received for contracts in progress or completed, within the last three (3) years (2014; 2015; and 2016);

Participation in at least one (1) construction contract that have been successfully or substantially completed within the last five (5) years prior to bid closing time and that are similar to the proposed works, where the value of the Bidder’s participation exceeds VND 60 billion as per each contract. The qualification criteria are more completely described in the Bidding Document.

27

Project ID No. Package CW-16Project Name: Greater Mekong Sub-Region Corridor Towns Development ProjectCountry: VietnamDescription: Construction and Installation of Lighting SystemFunding agency: Asian Development BankLast date of bid submission: 20 November 2017; 14:00 hours

Address for bid submission: Quang Tri Department of Planning and Investment (DPI)

Street Address: No. 34, Hung Vuong street

Floor/Room No: Meeting-Hall, 1st floor

City/Province: Dong Ha City – Quang Tri Province

Country: Vietnam

Global Project News: October’ 2017

5. To obtain further information and inspect the Bidding Documents, Bidders should contact below during office hours 8:00 to 11:00 hours in the morning and 13:30 to 17:00 hours in the afternoon. Project Management Unit (PMU) Address: Khe May Lake, Group 7, Ward 3, Dong Ha city, Quang Tri Province Email: [email protected] Contact Person: Mr. Le Cuong Telephone No: (+84) 0916.914.222 Fax No: (+84) 0233 3551787

6. A complete set of Bidding Documents in Vietnamese may be obtained by interested Bidders on the submission of a written application to the address below: Project Management Unit Greater Mekong Sub-Region Corridor Towns Development Project Address: Quarter 7, Ward 3, Dong Ha City, Quang Tri Province Email: [email protected] The Bidding Document in Vietnamese is formatted in electronic form and will only be sent to Bidders (at no costs) by Email after receiving written request from Bidders.

7. Deliver your bid:

to the following address:

Quang Tri Department of Planning and Investment (DPI) Street Address: No. 34, Hung Vuong street Floor/Room No: Meeting-Hall, 1st floor City/Province: Dong Ha City – Quang Tri Province Country: Vietnam on or before 14:00 hours on 20 November 2017

together with a Bid Security as described in the Bidding Document.

Bids will be opened immediately after the deadline for bid submission in presence of authorized representatives of Bidders who choose to attend. Late bids will be rejected. Electronic submission of Bids is not permitted.

28

Global Project News: October’ 2017

Gas Network Modernisation Project

This Invitation for Tenders follows the General Procurement Notice for this project which was published on EBRD website (www.ebrd.com), Procurement Notices on 01. February 2016, ref. Nr. 8160-GPN-48047 and updated on 15 May 2017 ref. Nr. 8685-GPN-48047.KazTransGas Aimak JSC (the Employer) has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Gas Network Modernisation Project (the Project).The Employer now invites sealed tenders from contractors for the following contract to be funded from part of the proceeds of the Project:

Package No. GNMP-05r, Modernisation of Local Gas Pipelines IV. Construction of the main (magistral) high-pressure pipeline village Tobol - village Aulyekol (Kostanay region).

The contract includes development of executive design documentation (including obtaining of corresponding approvals and official positive examinations), preparation works, supply of required equipment and materials, provision of dismantling, installation, repair, construction, adjustments and pre-commissioning works and related services, tests, commissioning and operational acceptance of the Facilities stipulated in the contract in accordance with the approved design and estimate documentation. The completion time under the contract is as follows: 8 months.Technical requirements to the Facilities under the contract and to the works for their construction as well as the addresses for deliveries and installation / construction works are provided in the tender documents.To be qualified for the award of the contract, Tenderers must satisfy the following minimum criteria:

(a)   tenderer shall have all required licenses and permits to perform the contract in Republic of Kazakhstan;(b)   tenderer shall have the average annual turnover for last 3 years as equivalent to at least 20.000.000 US dollars, as well as must have the profitable result of economic activity in each of last 3 years; (c)  tenderer shall demonstrate that it has cash flow for the contract in the amount of not less than 7.000.000 US dollars for a period of 5 months. (d)  tenderer must have successful experience as prime contractor in implementation of at least three of a nature and complexity comparable to the proposed contract within the past 5 years with value of each contract over 10.000.000 US dollars.

29

Project ID No. 8845-IFT-48047Project Name: KazTransGas Aimak JSC,Gas Network Modernisation ProjectCountry: KazakhstanDescription: Modernisation of Local Gas Pipelines IV (retender)Funding agency: EBRDLast date of bid submission: 20 November 2017

Address for bid submission: Executing agency:      KazTransGas Aimak JSCContact name:            Dzhugunusov Zhasylan, Deputy Director of the Procurement Department of JSC KazTransGasAddress:                    Street 36, Building 11, Yesil district, Astana, 010000, Republic of KazakhstanPhone:                       +7 (7172) 55 89 60; +7 (7172) 55 89 62Facsimile:                  +7 (7172) 55 89 69E-mail:                       [email protected]

Global Project News: October’ 2017

(e)   tenderer shall provide accurate information on any current or past litigation or arbitration resulting from his existing contracts over the last 5 (five) years. A consistent history of awards against the tenderer or any partner of a joint venture or consortia may result in rejection of the tenderer’s tender;(f)    tenderer shall be capable of the fulfilment of commitments regarding maintenance, the repair and supply of spare parts, provided in the tender documents;(g)   tenderer shall be certified for quality management system (ISO 9000 or equivalent) or should present his quality assurance plan;(h)   manufacturer(s) of goods proposed by the tenderer in the tender proposal must have a certificate of quality management system (ISO 9000, or its equivalent);(i)    tenderer shall meet the other requirements, provided in the tender documents.

Joint ventures or consortia must satisfy collectively the criteria for financial position (b and c), successful experience (d) stated above and other requirements stated in the tender documents, for which purpose the relevant figures for each member of joint venture or consortium shall be added to achieve the joint venture’s or consortia’s total capacity. Each joint venture or consortium member shall meet the requirements for eligibility and trials.Tendering for contracts to be financed with the proceeds of a loan from the Bank is subject to the Bank's Procurement Policies and Rules and is open to firms from all countries. The proceeds of the Bank’s loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.Tender documents may be obtained from the address below upon payment of a non-refundable fee of 200 USD (two hundred US dollars), including VAT, or equivalent in Kazakhstan Tenge or in Russian Rubble at the exchange rate of National Bank of Kazakhstan on the date of payment.Payment of a non-refundable fee in KZT is to be made by bank transfer to:

Beneficiary Bank: JSC “Halyk Bank of Kazakhstan”SWIFT: HSBKKZKXBeneficiary: KazTransGas Aimak JSCAccount Nr.: KZ386010131000070072

Payment of a non-refundable fee in USD is to be made by bank transfer to:Beneficiary Bank: JSC «Altyn Bank»SWIFT: ATYNKZKABeneficiary: KazTransGas Aimak JSCAccount Nr.: KZ169490001028208010

Payment of a non-refundable fee in RUB is to be made by bank transfer to:Beneficiary Bank: JSC KazkommertsbankSWIFT: KZKOKZKXBeneficiary: KazTransGas Aimak JSCAccount Nr.: KZ239261501128330002

Upon receiving appropriate evidence of payment of the non-refundable fee, the tender documents may be collected from the Employer’s office at the address given below or the documents will be promptly dispatched by courier or by e-mail to the address, indicated in the written request, but no liability can be accepted for loss or late delivery. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

30

Global Project News: October’ 2017

All tenders must be accompanied by a Tender Security in the amount of 400.000 US dollars or its equivalent in a convertible currency.The tenders must be delivered to the address below on or before 20.11.2017, 12:00 Astana time, at which time they will be opened in the presence of the tenderers’ representatives who wish to attend.Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office:Executing agency:      KazTransGas Aimak JSCContact name:            Dzhugunusov Zhasylan, Deputy Director of the Procurement Department of JSC KazTransGasAddress:                    Street 36, Building 11, Yesil district, Astana, 010000, Republic of KazakhstanPhone:                       +7 (7172) 55 89 60; +7 (7172) 55 89 62Facsimile:                  +7 (7172) 55 89 69E-mail:                       [email protected]

31

Global Project News: October’ 2017

News Items

L&T Hydrocarbon bags $177m contract from ONGC WCN EDITORIAL TEAM 12 OCT 2017

L&T Hydrocarbon Engineering Limited (LTHE), a wholly-owned subsidiary of Larsen & Toubro (L&T), has been awarded an offshore contract by Oil & Natural Gas Corporation (ONGC) pertaining to a Daman Development project.The contract, which L&T Hydrocarbon Engineering won against international competitive bidding, is worth around INR113.5bn ($177m).Situated in the south western part of Tapti - Daman block in Mumbai Offshore, the project is part of ONGC’s strategy to extract gas from Daman Field. The project site is located at around 160-200km North West direction from Mumbai city and 160km West of Daman.The scope of the contract includes engineering, procurement, construction, installation and commissioning of the project.The Indian engineering firm said that the latest contract reiterates the long term association of ONGC with L&T in the development of offshore fields in India.

EIB approves €500m loan for Bangalore metro rail project WCN EDITORIAL TEAM 10 OCT 2017

The European Investment Bank (EIB) has sanctioned €500m loan to support the construction of a new 18 station Rapid Transit line in Bangalore and the purchase of 96 train cars for use on the line.The fund, which will be invested by Bangalore Metro Rail Corporation to improve city transport, is the largest ever support for sustainable transport outside Europe by EIB.Once the Reach 6 metro line is completed in 2021, it will reduce travel times for some journeys from two hours currently to 15 minutes. It will also reduce green-house gas emissions.Reach 6 is an important part of the second phase of the Bangalore Metro and a key component of the future rail link to Bangalore Airport. During construction, the project is expected to create over 800 jobs.Andrew McDowell, vice president responsible for South Asia at EIB, said: “Daily travel for hundreds of thousands people on the Namma Metro will be transformed by expanding urban transport in Bangalore.“The impressive Reach 6 project shows how a world city is providing 21st century sustainable transport for its citizens. The €500m financing agreed with the European Investment Bank, the Bank of the European Union, demonstrates Europe’s commitment to support world class climate related investment across Asia and the increased momentum of EIB financing for urban transport across India.“This new loan follows backing for the impressive Lucknow Metro announced with Prime Minister Modi last year and stronger engagement here in India through our New Delhi office opened last March.”The Bangalore Metro is the first infrastructure project, which has been jointly financed by the EIB and the Asian Infrastructure Investment Bank.

32

Global Project News: October’ 2017

India’s PNC Infratech wins $332m highway contract

 WCN EDITORIAL TEAM 5 OCT 2017India-based construction firm PNC Infratech has won a contract worth INR21.59bn ($332.1m) to build a highway project in India.The company was selected as the lowest bidder for the National Highways Authority of India (NHAI) project.NHAI operates as an autonomous agency of the government of India, and is responsible for management of a network of over 70,000km of national highways in the country.Under the contract, PNC Infratech will construct 145km long six-lane highway of Chakeri to Allahabad section of NH-2 in the state of Uttar Pradesh.The road will be constructed under NHDP Phase-V, which will be executed on Hybrid Annuity Mode.The latest contract marks the fifth hybrid annuity project won by PNC having construction period of two and a half years and operation for a period of 15 years.

ADB and AIIB team up to provide $1.15bn loan for grid stabilisation project in India WCN EDITORIAL TEAM 2 OCT 2017

The Asian Development Bank (ADB), in collaboration with the Asian Infrastructure Investment Bank (AIIB), has agreed to co-finance a grid stabilisation project in India.As per the contract, ADB will give $1bn loan for additional power transmission network components, whereas AIIB has agreed to offer $150m to finance Green Energy Corridor and Grid Strengthening Project in the country.Besides $500m of government-backed loan, ADB’s lending will include a further $500m in non-sovereign lending to India’s national transmission company Power Grid Corp of India (POWERGRID).The project will be expanded to include 400kV transmission components in Tamil Nadu to connect at Pugalur with the long-distance grid systems financed by ADB.  Upon completion, the project will facilitate increased energy supply to more provinces in India.Under the agreement, AIIB will provide a co-financing of $100m for this component while the remaining amount will be financed by POWERGRID. The project is worth $303.5m.ADB South Asia department energy division director Priyantha Wijayatunga said: “We are pleased that this first AIIB co-financed project in India will bring clean energy to more people and help the country achieve its ambitious renewable energy targets. We look forward to broadening our partnership with AIIB in the coming years.”AIIB vice president and chief investment officer D.J. Pandian said: "To mobilise sufficient funds to address the huge infrastructure needs across Asia, multilateral development institutions must collaborate with each other and a range of other partners."We will continue to welcome opportunities to combine our investments and talent with other international financial institutions to drive positive economic outcomes for people in the region."

33