Global Project News (Africa): March’2017

Update: March, 2017

Vol. 93

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.:+91-11-41514673, 41514284, 41563287, Fax: +91-11-45623110

E-mail: ;

Web-site:

1.0 INDEX

Tenders

Project / Country / Dead Line / Page no.
Water/ Irrigation
GPN-Somalia - Water Infrastructure Development for Resilience in Somaliland / Somaliland / 05 April 2017 / 3
Social Infrastructure
Tender for the Proposed Construction of Additional Facilities to the Existing Lumbo School / Lusaka / 07 April 2017 / 5
Design, Construction, Supply, Installation, Testing and Commissioning and handover of 10 Ton FFB/HR Palm Oil Mill in Kembaloh, Jong Chiefdom, Bonthe District, Sierra Leone / Sierra Leone / 25 May 2017 / 7
Ethiopia Integrated Transport Program Phase I (Jimma - Chida Road Upgrading Project) / Ethiopia / 02 May 2017 / 9
Energy
Supply and Installation of 33kV Bulk Supply Point & Interconnecting Circuits at Juabeso in the Western Region of Ghana / Ghana / 10 May 2017 / 11
SUPPLY AND INSTALLATION OF 33kv SWITCHING STATION & INTERCONNECTING CIRCUITS AT ASANKRAGUA IN THE WESTERN REGION OF GHANA / Ghana / 10 May 2017 / 14
Kenya – Tanzania Power Interconnection Project / Kenya / 18 May 2017 / 16
Last Mile Connectivity Project-II Plant Design, Supply, Construction, Installation and Commissioning of low voltage distribution system / Kenya / 11 May 2017 / 18
Consultancy
Consultancy Services for Green Mini-Grid (GMG) Country Support Programme / Gambia / General Procurement Notice / 22
Consultancy Engineering Services for the Design Review and Construction Supervision of the Riviere des Anguilles Dam, Mauritius / Mauritius / 11 April 2017 / 24

News Items

MENA to invest $1 trillion in energy in five years28

AFD grants South Africa US$477m to advance national power grid29

Bid opened for the construction of Aqaqi-Qality stadium in Ethiopia31

Construction work on Tema LNG Terminal in Ghana to commence32

African Development Bank boosts proposed Lamu port in Kenya33

Tunisia to invest US $1 billion in renewable energy projects34

Algeria approves US $3.3 billion El Hamdania port construction37

$114 million invested in Greater Cairo Reconstruction Authority projects 38
AfDB approves concessional loan for Segou Solar PV Project in Mali 41
US$ 708m Mall of Egypt in Cairo opens doors to the public 42
China to fund construction of roads in Uganda oil belt 43
AfDB mulls mega projects to boost electricity supply in Sudan 44
World Bank approves funding for Tanzania Strategic Cities Project 45

GPN-Somalia - Water Infrastructure Development for Resilience in Somaliland

Project ID No.
/ IFB No: MOWR/SL/001/WIDR /02/2017
Project Name: / GPN-Somalia - Water Infrastructure Development for Resilience in Somaliland
Country: / Somalia
Funding agency: / African Development Bank
Last date of bid submission: / 05 April 2017
Address for bid submission/further information: / Water infrastructure Development project, Ministry of Water Resource office, Hargeisa, Tell +252634423530,+252634351417, Email: or

1. This Invitation for Bids follows the General Procurement Notice (GPN) for this project that appeared in UNDB online GPN-Somalia - Water Infrastructure Development for Resilience in Somaliland of 07 Dec 2016 on-line and on the African Development Bank Group’s Internet Website.

2. The Ministry of Water Resource – Somaliland has received financing from the African Development Bank in various currencies towards the cost of Water Infrastructure Development for Resilience Project. It is intended that part of the proceeds of this grant will be applied to eligible payments under the contract for water infrastructure Rehabilitation.

3. The Ministry of Water Resource now invites sealed bids from eligible bidders for the supply of execution of the Rehabilitation below described water infrastructures

A. Rehabilitation of 4 water bore holes;

 Maintenance water pumping system

 Rehabilitation/construction of water supply line including Kiosks and animal troughs

 Rehabilitation/Construction of water reservoirs(water tanks)

 Maintenance of the power generator

 Mounting Solar power generation for water pumping and power supply to the nearest village.

B. Rehabilitation of 20 Mini-Water water system (shallow wells)

 Rehabilitation of the water well

 Rehabilitation/replacement water pumping system including accessories

 Rehabilitation/construction of water supply including kiosks

 Mounting solar power generation for water supply and for village lighting

C. Rehabilitation of schools sanitation including water connections

D. The bids are divided into lots as follows;

 LOT 1: Construction/rehabilitation of water and sanitation infrastructure in ELLahaley, El-Sheekh and Damasha Villages Awdal and Maroodi-Jeeh regions, Somaliland

 LOT 2: Construction/rehabilitation of water and sanitation infrastructure in Bali kalil, Dacarbudhuq, Biyoolay, Geelokor, Qarrar, Xagal and Beer, Maroodi-Jeex,Saxil and Togdheer Regions, Somaliland

 LOT 3: Construction/rehabilitation of water and sanitation infrastructure in Ceegaag,Xudun,Yeyle ,Bohol,Jiidali,Midigale ,Ceel midgaan,Dalyare and Daraweyne Sool and Sanaag Regions, Somaliland

 LOT 4: Supply of Equipment for Construction/ Rehabilitation of 23 Locations in Six Regions of Somaliland

4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the office of Water infrastructure Development project, Ministry of Water Resource office, Hargeisa, Tell +252634423530,+252634351417, Email: or .

A Complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee in cash of $50. 00.

The fee can also be paid to the Ministry of Water Resource Dahabshil Bank, account: HRGD4336,

5. There will be bidders’ conference on 15th March 2017 at Mansoor Hotel, Hargeisa from 9.am

6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.

7. Bids must be delivered to the above office on or before 11:00 on -5th April 2017

8. Bids will be opened in the presence of bidders’ representatives who choose to attend at 6 th April 2017 at the offices of Ministry of Water resource Hargeisa office Late tenders will be rejected.

Social Infrastructure

Tender for the Proposed Construction of Additional Facilities to the Existing Lumbo School

Project ID No.
/ P-Z1-DB0-031
Project Name: / Tender for the Proposed Construction of Additional Facilities to the Existing Lumbo School Comprising: 2no. Teachers Houses, 1x2 Science Laboratory Block, 1x2 Arts Workshop Block, 1x2 Home Economics Block, 1x2 Library Block, 1no. Pupils’ Ablution Block and Associated External Works
Country: / Lusaka
Funding agency: / African Development Bank
Last date of bid submission: / 07 April 2017
Address for bid submission/further information: / The Director and Chief Executive Officer
Road Development Agency Head Office -Procurement Department,
P. O. Box 50003
Plot 33, corner of Government and Fairley Roads Ridgeway
Lusaka
Tel: +260-211-253088
Email:

1. This Invitation for Bids follows the General Procurement Notice (GPN) for this project that appeared in the UNDB online reference No. AfDB61-05/12, dated 7 May 2012 and on the African Development Bank Group’s Internet Website.

2. The Government of the Republic of Zambia has received Financing from the African Development Bank towards the cost of the Kazungula Bridge Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for Implementation of the Abbreviated Resettlement Action Plan (ARAP).

3. The Road Development Agency (RDA) now invites sealed bids from eligible bidders for the execution of the works under the ARAP as follows:

Lot 2 - Tender for the construction of additional facilities to the existing Lumbo Community School

The scope of works consists of both Building and Civil works that include; the construction of Classroom blocks, Laboratories, home Economics blocks, Workshops, Ablution block and Medium Cost Staff houses including all associated external works. The Project shall be executed in Kazungula District, Southern Province. Bidders will be required to show experience under contracts in the role of Contractor, SubContractor, or Management Contractor for at least Two (2) projects of a similar nature in the last five (5) years and appropriate capacity for the said works.

4. This Invitation is open to all eligible bidders and voluntarily formed joint ventures in accordance with the African Development Bank’s ‘Rules of Procedure for Procurement of Goods and Works May 2008’.

Interested bidders may obtain further information from and inspect the bidding documents at the Procurement Department, Road Development Agency Headquarters, P. O Box 50003 Telephone +260-211-253088,Lusaka.

5. Bids must be submitted in the Tender Box delivered to the Road Development Agency on or before 14:00 hours on Friday, 7 th April 2017 and must be accompanied by a Bid Security of ZMW 150,000 or its equivalent in a freely convertible currency for each Lot of the Bid Amount.

6. A complete set of bidding documents (and additional copies) may be purchased by interested bidders on the submission of a written application to the above and upon payment of a nonrefundable fee of ZMW 1000 or its equivalent in a freely convertible currency for each set, payable by Banker’s Cheque, Banker’s Draft or Cash to Road Development Agency (RDA), P.O. Box 50003, Lusaka, Zambia. The Bidding Documents shall be available from 13 March 2017.

7. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.

8. Bidders can collect the bidding documents between 8:00 hrs and 17 Hours from Monday to Friday at the Road Development Agency Head Office in Lusaka.

9. There shall be a Pre-bid Site Visit and meeting on 24th March 2017, at the existing Lumbo School in Kazungula.

10. Bids must be deposited in the Tender Box in sealed envelopes, either delivered by hand or by registered mail to: The Director and Chief Executive Officer Road Development Agency Head Office -Procurement Department, P. O. Box 50003 Plot 33, corner of Government and Fairley Roads Ridgeway Lusaka The Bids must be clearly marked describing the tender.

11. Bids must be delivered to the above office on or before Friday, 7 th April 2017, 14:00 hours.

12. Bids will be opened in the presence of bidders’ representatives who will choose to attend right after the closing time at the offices of the Road Development Agency- Conference Room.

RDA Full Address:

The Director and Chief Executive Officer

Road Development Agency Head Office -Procurement Department,

P. O. Box 50003

Plot 33, corner of Government and Fairley Roads Ridgeway

Lusaka

Tel: +260-211-253088

Email:

Design, Construction, Supply, Installation, Testing and Commissioning and handover of 10 Ton FFB/HR Palm Oil Mill in Kembaloh, Jong Chiefdom, Bonthe District, Sierra Leone

Project ID No.
/ MAFFS/PCU/OILPALM/ICB/2016/01
Project Name: / Design, Construction, Supply, Installation, Testing and Commissioning and handover of 10 Ton FFB/HR Palm Oil Mill in Kembaloh, Jong Chiefdom, Bonthe District, Sierra Leone
Country: / Sierra Leone
Funding agency: / Islamic Development Bank (IDB)
Last date of bid submission: / 25 May 2017
Address for bid submission/further information: / The Ministry of Agriculture, Forestry and Food Security-Project Coordinator, Palm Oil Production Project in Sierra Leone in the Framework of Capacity Building Project, 2nd Floor, 50 Liverpool Street Freetown, Sierra Leone. Mobile: +23276611202; E-mail:
Invitation to Bidfor the Procurement of 10Ton FFB/HR Palm OIL Mill in Sierra Leone
Ministry of Agriculture, Forestry and Food Security, Government of Sierra Leone
1- The Government of the Republic of Sierra Leone has received financing from Islamic Development Bank (IDB) towards the cost of Palm Oil Production Project in Sierra Leone in the Framework of Capacity Building (SL0073-76), and it intends to apply part of the proceeds of this financing to payments under the Contract for the Procurement for the Design, Construction, Supply, Installation, Testing and Commissioning and handover of 10 Ton FFB/HR Palm Oil Mill in Kembaloh, Jong Chiefdom, Bonthe District, Sierra Leone (MAFFS/PCU/OILPALM/ICB/2016/01)
2- The Ministry of Agriculture, Forestry and Food Security on behalf of the GoSL now invites sealed bids from eligible and qualified bidders for this procurement. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the Islamic Development Bank Guidelines: Procurement under IDB financing, and is open to all bidders from IDB member as well as non-member countries, as defined in the guidelines. The bidding process is a single-stage bidding procedure.
3- A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee of Five Hundred United States Dollars (USD$500.00) or its equivalent in Sierra Leone Leones. The method of payment will be by cash to Oil Palm Production Project O.I.C.C.B Account No.: 601041222 at the Zenith Bank Sierra Leone Limited, Rawdon Street, Freetown Branch or by telegraphic transfer to ZENITH BANK (SL) LTD- Swift Code: ZESLSLFR, SORT CODE: 40-62-47, IBAN:GB10ZEIB40624700018973. The Bidding Documents may be collected by hand at address below upon provision of the bank receipt.
4- Bids must be delivered to the address below on or before 1:00 PM. 25th, May, 2017. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 1:00 PM. 25th, May, 2017. All bids must be accompanied by a Bid Security of Seventy Thousand United States Dollar (70,000 USD) at the time of payment.
5- The address referred to above is: The Ministry of Agriculture, Forestry and Food Security-Project Coordinator, Palm Oil Production Project in Sierra Leone in the Framework of Capacity Building Project, 2nd Floor, 50 Liverpool Street Freetown, Sierra Leone. Mobile: +23276611202; E-mail:

Ethiopia Integrated Transport Program Phase I (Jimma - Chida Road Upgrading Project)

Project ID No.
/ P-ET-D00-007
Project Name: / Ethiopia Integrated Transport Program Phase I (Jimma - Chida Road Upgrading Project)
Country: / Ethiopia
Funding agency: / African Development Bank
Last date of bid submission: / 02 May 2017
Address for bid submission/further information: / The Director General’s Office Ethiopian Roads Authority Ras Abebe Aregay Street, 4th floor, Room Number 408 Addis Ababa, Ethiopia Tel: 251 11 515 66 03 Fax: 251 11 551 48 66

1. The Government of the Federal Democratic Republic of Ethiopia has applied for Financing from the African Development Bank towards the cost of Ethiopia Integrated Road Transport Program Phase-I. It is intended that part of the proceeds of this loan will be applied to eligible payments under the works contracts listed below, for which this Invitation for Prequalification is issued.

2. Table 1:

Contract Description/ Scope of Works

Contract Name / Identification of contract (ICB No.) / Location (Region) / Length (km) / Type of Road Surface
Jimma - Chida Road Upgrading Project / W/26/ICB/OCPQ/AfDB/2009EFY) / Oromia and SNNP Regional States / 80 / Asphalt Concrete

2. The Works to be carried out under this contract comprises the upgrading of the Jimma-Chida Road project. The project is located in the Seka Chekorsa and Dedo Woredas of the Jimma Zone in the Oromia Regional State, and the Konta Special Woreda of the Southern Nations and Nationalities and Peoples Regional State in South-Western part of Ethiopia. The project road starts at the junction for Jimma – Mizan Roads at the out skirt of Jimma town which is about 346 km South West of Addis Ababa and it ends in Chida town. The total length of the existing road is about 80 km. The road will have a 7.0 m carriageway width and 1.5m and 1.0m shoulder width for flat and rolling, and mountainous and escarpment terrains respectively on both sides in rural sections. In town sections, the carriageway and parking lane is 14m in total for Woreda seats, and 12m in total for Kebele seats. The town sections will also have side ditches on both sides of the road. Moreover, pedestrian walkways are provided on both sides of the road for Woreda seats. The period of construction is 48 calendar months, including 4 months of mobilization period.

3. Interested applicants are allowed to submit Application to be pre-qualified for this contract subject to meeting the Pre-qualification Requirements.

4. The Ethiopian Roads Authority, acting for the Government of the Federal Democratic Republic of Ethiopia as the Executing Agency intends to prequalify eligible contractors and/or firms for the above construction works contracts. It is expected that Invitations for Bid (IFB) will be made in May, 2017.

5. Prequalification will be conducted through prequalification procedures in accordance with the “Procurement Policy for Bank Group Funded Operations”, dated October 2015 and following the provisions stated in the Financing Agreement, and is open to all bidders from eligible source countries, as defined in the Rules.

6. Interested eligible applicants may obtain further information from and inspect the Prequalification Document at the Engineering Procurement Directorate, Ethiopian Roads Authority, Ras Abebe Aregay Street, 1st Floor, Main Building, Room No. 208, P. O. Box 1770, Addis Ababa, Ethiopia. Tel. No. (251 11) 551-50-02, Fax No. (251 11) 554-44-34 from 08:30 to 12:30 in the morning and 13:30 to 17:30 in the afternoon from Monday to Thursday and from 08:30 to 11:30 in the morning and 13:30 to 17:30 in the afternoon on Fridays (Local time), except public holydays.

7. A complete set of the Prequalification Document prepared in English language may be purchased by interested applicants through the submission of a written application to the address below, and upon payment of a non-refundable fee of ETB 500 (Ethiopian Birr: Five Hundred) or US$ 30 (US dollars: Thirty). The method of payment will be in cash, bank certified check or telegraphic transfer to the ERA’s Bank Account in the Commercial Bank of Ethiopia - Sengatera Branch through Account No. 01715-33144600, Swift Code CBETETAAXXX. The document will be sent by registered airmail, but under no circumstances the Ethiopian Roads Authority will be held responsible for late delivery or loss of the documents so mailed.

8. Applications for Prequalification should be submitted in sealed envelopes to the following address either delivered by hand or by registered mail in one (1) original and four (4) copies to the address below by 02 May 2017, at 2:30PM local time, and be clearly marked “Application to Prequalify for Jimma – Chida Road Upgrading Project”. The Director General’s Office Ethiopian Roads Authority Ras Abebe Aregay Street, 4th floor, Room Number 408 Addis Ababa, Ethiopia Tel: 251 11 515 66 03 Fax: 251 11 551 48 66