Global Project Opportunities: April’ 2017

April: 2017

Compiled 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-110001

Tel.:+91-11-41563287, 41514673

E-mail : Web-site :

INDEX
1.0PROJECT OPPORTUNITIES
2.0 (Construction/Turnkey/Consultancy) : list of projects 2
2.1Construction / Turnkey
Water4
Social Infrastructure 14
Energy 25
Consultancy 33
3.0 PROJECT REPORTS 40
4.0 WORLD DEVELOPMENT NEWS: 42
I News Clippings

II Market/Country news

A. World Region / markets
(a)Asia
(b)Africa
(c)Middle East
(d)Others
B.India news
5.0ARTICLES OF INTEREST 56 / 6.0FORTHCOMINGEVENTS: 60
(i)Fairs/Exhibitions
(ii)Business Delegations
(iii)Symposia/ Conferences/Training Programmes
7.0 POLICY & PROCEDURES 80
7.0 PEPC: WORKING COMMITTEE 83
8.0 Update 85
- Screening Committee Guidelines 88
9.0 EXPORT PROMOTION SCHEME 64
10.0 Financial Assistance 91
(MDA & MAI Schemes)
ANNEXURES:
i. MDA Scheme
ii. MAI Scheme
iii. Screening Committee- Guidelines
11.0 Sources of Information 96

The news items and information published herein have been collected from various sources, which are considered to be reliable. While every care has been taken for authenticity of the material published, PROJECT EPC accepts no responsibility for authenticity or accuracy of such items

1.0 PROJECTS OPPORTUNITIES
(Construciton/Turnkey/Consultancy)
S.No. / Project / Country / Last date of submission of bids / Page No.
WATER
Africa
(GPN) Kenya Towns Sustainable Water Supply and Sanitation Program / Kenya / GENERAL PROCUREMENT NOTICE / 4
Asia
Coastal Towns Environmental Infrastructure Project, Bangladesh / Bangladesh / 08.05.2017 / 5
Urban Water Supply and Wastewater Management Investment Program / Fiji / 17.05.2017 / 7
Urban Services Improvement Investment Program-Tranche 4 / Georgia / 11.05.2017 / 9
North Tajik Water II Rehabilitation Project / Tajikistan / 22.03.2017 / 11
Construction of Upper Elahera Canal, Kaluganga–Moragahakanda Transfer Canal/Tunnel (KMTC), Sri Lanka / Sri Lanka / 31.05.2017 / 12
SOCIAL INFRASTRUCTURE
Africa
Cuamba - Muita Road Project, Mozambique / Mozambique / 16.05.2017 / 14
UGANDA/KENYA: KAPCHORWA-SUAM-KITALE AND ELDORET BYPASS ROAD PROJECT / Uganda / GENERAL PROCUREMENT NOTICE / 16
Asia
Coastal Towns Environmental Infrastructure Project, Bangladesh / Bangladesh / 24.04.2017 / 17
Construction of 3 nos Public Toilet under Galachipa Pourashava, Bangladesh / Bangladesh / 23.04.2017 / 18
Civil Aviation Development Investment Program – Tranche 3, Papua New Guinea / Papua New Guniea / 29.06.2017 / 20
Samoa Aviation Investment Project / Samoa / 16.05.2017 / 21
Kurty - Burylbaital road reconstruction project / Kazakhastan / 10.05.2017 / 23
ENERGY
Africa
Sokhna Power Plant / Egypt / 03.05.2017 / 25
Asia
EWSSP-ENUPPS Electrical Network UPGRADES and Power Plant Monitoring System / Marshall Islands / 08.05.2017 / 26
Design, Supply, Installation and Commissioning of 132kV Gas Insulated Substations in Chapagaun, Jorpati (Mulpani) and Phutung of Kathmandu Valley / Nepal / 14.05.2017 / 28
Green Power Development and Energy Efficiency Improvement Investment Program - Tranche 2 / Sri Lanka / 24.05.2017 / 29
Procurement of Plant - Design, Supply and Install for Package 1 – Lot A consisting of: Construction of Hambantota 220/132kV Grid Substation and Augmentation of 132/33kV Hambanthota Grid Substation / Sri Lanka / 24.05.2017 / 31
CONSULTANCY
Africa

Development And Implementation Of Safety Management Systems (sms) At The Kenya Airports Authority Head Office And Jomo Kenyatta International Airport

/ Kenya / 18.04.2017 / 33
Oloolotikosh Dam, Kitengela-Kajiado Water Supply And Sewerage Project Studies’, Kenya / Kenya / 25.04.2017 / 34
Nacala Corridor Business Linkages Technical Assistance Project / Mozambique / GENERAL PROCUREMENT NOTICE / 36
Engineering Supervision Consultancy Services of Alaska-Karoi (132kV) Power Transmission Rehabilitation Project (AKTP) / Zimbabwe / 05.05.2017 / 38
2.0 PROJECTS OPPORTUNITIES
(Construciton/Turnkey/Consultancy)
2.1ENGINEERING /TURNKEY

water

SOCIAL INFRASTRUCTURE

GENERAL PROCUREMENT NOTICE (GPN) Kenya Towns Sustainable Water Supply and Sanitation Program

Project Name: / GENERAL PROCUREMENT NOTICE (GPN) Kenya Towns Sustainable Water Supply and Sanitation Program
Country: / Kenya
Funding agency: / African Development Bank and African Development Fund
Last date of bid submission: / GENERAL PROCUREMENT NOTICE
Address for bid submission: / Eng Lawrence Simitu,
Water Secretary
Ministry of Water and Irrigation
P.O. BOX 49720-00100
Nairobi, KENYA
Tel: +254-20-2716103
Fax: +254-20-2726597
E-mail:

GENERAL PROCUREMENT NOTICE (GPN) Kenya Towns Sustainable Water Supply and Sanitation Program

1. The Government of Kenya has received financing from the African Development Bank and African Development Fund towards the cost of the Kenya Towns Sustainable Water Supply and Sanitation Program.

2. The main objective of the program is to improve the access, quality, availability and sustainability of water supply (in 19 towns) and wastewater management services (in 17 towns), with a view to catalyzing commercial activities, driving economic growth, improving quality of life of the people and building resilience against climate variability and change.

3. The project includes the following components:

a. Component 1: Water Supply & Sanitation Infrastructure which entails Construction, rehabilitation and expansion of water supply infrastructure; and Construction of sewerage infrastructure and ablution blocks.

b. Component 2: Institutional Development Support which entails Development of business plans; Capacity assessment and training of WSPs, women and youth; Construction of laboratories and provision of equipment; Support to the WASREB and the WRMA; and Preparation of future investment projects.

c. Component 3: Program Management

4. Procurement of goods (including non-consultancy services), works and the acquisition of consulting services, financed by the Bank for the program, will be carried out in accordance with the “Procurement Policy for Bank Group Funded Operations”, dated October 2015. Specifically, procurement would be carried out following Bank Procurement Methods and Procedures, using the relevant Bank Standard or Model Solicitation Documents.

5. Selection of Consultants for Design Review and Construction Supervision Services is on-going under advance contracting, while bidding documents for procurement of civil works are expected to be available from August 2017.

6. Interested bidders may obtain further information, by contacting:

Eng Lawrence Simitu,

Water Secretary

Ministry of Water and Irrigation

P.O. BOX 49720-00100

Nairobi, KENYA

Tel: +254-20-2716103

Fax: +254-20-2726597

E-mail:

Coastal Towns Environmental Infrastructure Project, Bangladesh

Project ID No.
/ CTEIP/2016-17/MAT/WS/01:
Project Name: / Coastal Towns Environmental Infrastructure Project
Country: / Bangladesh
Description: / Construction, Installation and Commissioning of one 4.50 MLD Capacity Surface Water Treatment Plant (SWTP), Two 500 M3 Capacity Over Head Water Tanks, 54.2 km Pipeline Networks, 3500 Service Connections and other Structures of the System along with Operation and Maintenance of the System for 2 (two) years after Commissioning in Mathbaria Pourashava, District: Pirojpur
Funding agency: / Asian Development Bank (ADB)
Last date of bid submission: / 8 May 2017, 13:00 hour Bangladesh Standard Time (BST)
Price of bidding document: / BDT 25,000 (Twenty Five thousand) or USD320.00 (Three Hundred Twenty Only)
Address for bid submission: / Attention: Md. Anowar Hossain
Address: Project Director
Coastal Towns Environmental Infrastructure Project (CTEIP)
Level-13, RDEC Bhaban,
LGED Agargaon, Dhaka-1207,
Bangladesh
Telephone: +880-2-8143120, Fax: +880-2-8143119
Email:

Invitation for Bids

1. The People’s Republic of Bangladesh has received financing from the Asian Development Bank (ADB) toward the cost of the Coastal Towns Environmental Infrastructure Project (CTEIP). Part of this financing will be used for payments under the contract named above. This contract will be jointly financed by the ADB Strategic Climate Fund. The eligibility rules and procedures of the ADB will govern the bidding process.

2. The Project Director, CTEIP on behalf of Mathbaria Pourashava ("the Employer") invites sealed bids from eligible Bidders for the Construction, Installation and Commissioning of one 4.50 MLD Capacity Surface Water Treatment Plant (SWTP), Two 500 M3 Capacity Over Head Water Tanks, 54.2 km Pipeline Networks, 3500 Service Connections and other Structures of the System along with Operation and Maintenance of the System for 2 (two) years after Commissioning in Mathbaria Pourashava, District: Pirojpur in Bangladesh (“the Works”).

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB's Single-Stage: One-Envelope bidding procedure and is open to all Bidders from eligible countries as described in Section 5 of the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding, either as a single entity or in Joint Venture:

 Participation in at least one contract that has been successfully or substantially completed within the last 5 (five) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds BDT 400 (Four hundred) million or equivalent amount in any other currency. In case of single entity, the bidder must meet requirement. In case of joint venture, one partner must meet the requirement;

 Minimum average annual construction turnover of BDT 375 (Three hundred and seventy five) million or equivalent amount in any other currency calculated as total certified payments received for contracts in progress or completed, within the last 5 (five) years. In case of single entity, the bidder must meet requirement. In case of joint venture, all partners combined must meet the requirement, while each partner must meet 25% of the requirement and one partner must meet 40% of the requirement. Details of the requirements have been mentioned in the bidding document.

5. To obtain further information and to inspect the bidding document, Bidders should contact:

Attention: Md. Anowar Hossain

Address: Project Director

Coastal Towns Environmental Infrastructure Project (CTEIP)

Level-13, RDEC Bhaban,

LGED Agargaon, Dhaka-1207,

Bangladesh

Telephone: +880-2-8143120, Fax: +880-2-8143119

Email:

6. To purchase the bidding document in English, eligible Bidders should:

 write to the address mentioned in para 5 above requesting the bidding document for Package No: CTEIP/2016-17/MAT/WS/01 along with a payment of non-refundable fee BDT 25,000 (Twenty Five thousand) or USD320.00 (Three Hundred Twenty Only) in the form of a Bank Draft, Pay Order or Demand Draft in favour of the Project Director, Coastal Towns Environmental Infrastructure Project (CTEIP).

 The bidding document may also be sent through courier services and Bidder will bear all arising cost. No liability will be accepted for loss or late delivery.

 Alternatively, the bidding document may be collected from any the offices below by Bidder’s representative.

7. Offices/Places for Selling of Bid Document:

 Office of the Executive Engineer, Mathbaria Pourashava, Pirojpur District, Bangladesh;

 Office of the Superintendent of Police, Pirojpur District, Bangladesh;

 Office of the Deputy Commissioner, Pirojpur District, Bangladesh;

 Office of the Executive Engineer, LGED, Pirojpur District, Bangladesh;

 Office of the Project Director: Coastal Towns Environmental Infrastructure Project (CTEIP), Level-13, RDEC Bhaban, LGED, Dhaka, Bangladesh.

8. A Pre-bid meeting shall take place on 23 April 2017 at 11.00 hour BST and at same place for delivery of bids given in para 5 above.

9. Bids must be delivered to the address mentioned in para 5 above:

 on or before 8 May 2017, 13:00 hour BST

 together with Bid Security as described in the Bidding Document

10. Bids will be opened immediately after the bid submission deadline in the presence of Bidders' representatives who choose to attend at the address mentioned in para 5 above.

Urban Water Supply and Wastewater Management Investment Program

Project ID No.
/ ICB 1.1.1
ICB 1.1.2
Project Name: / Urban Water Supply and Wastewater Management Investment Program
Country: / Fiji
Description: / ICB 1.1.1 – Rewa River Water Supply Scheme, DBO Contract, and ICB 1.1.2 – Rewa River Water Supply Scheme, Gravity Pipeline
Funding agency: / Asian Development Bank (ADB)
Last date of bid submission: / 17 May 2017, 12.00 noon Fiji Time
Price of bidding document: / As mentioned in the bidding document
Address for bid submission: / The Tender Box,
The Water Authority of Fiji Manohan Building,
Wainivula Road Level Suva,
Fiji or via electronic submission

Invitation for Prequalification

1. This Invitation for Prequalification follows the Procurement Plan for this project that appeared in Asian Development Bank (ADB) website on 9 December 2016. This contract will be jointly financed by ADB, European Investment Bank (EIB), Green Climate Fund (GCF) and the Government of Fiji. No nationality restrictions apply, other than any arising from specific exclusions described in the prequalification documents.

2. The Republic of Fiji has applied for financing from the ADB, the EIB and the GCF towards the cost of the Fiji: Urban Water Supply and Wastewater Management Investment Program.

3. The Water Authority of Fiji (the “Employer”) intends to prequalify firms for the following contract(s) under this project:

a. ICB 1.1.1 – Rewa River Water Supply Scheme, DBO Contract. A Design, Build and Operate contract for a nominal 40 ML/day river intake, water treatment plant (WTP), pumping station, 8.5 kms of DN900mm steel rising main, 10 ML service reservoir, 2.5kms of access road and seven (7) years of operation and maintenance of the WTP and the operator training facilities; and at the prequalification applicant’s discretion,

b. ICB 1.1.2 – Rewa River Water Supply Scheme, Gravity Pipeline Contract. A 17.8 kms DN900mm steel gravity water main from the above service reservoir to the existing potable water reticulation.

The applicants may apply for one or all packages. The prequalification documents are packaged as follows:

 Package A for Contract ICB1.1.1

 Package B for Contract ICB1.1.2

 Package C for Contracts ICB1.1.1 and 1.1.2 in combination

The criteria to prequalify for both contracts in combination are higher than for one contract alone. Firms wishing to apply for prequalification to bid to undertake both contracts together must prequalify for Package C. Firms wishing to prequalify for one of the contracts should request Package A and/or Package B prequalification documents. Firms prequalifying for Package A and B will only be eligible for award of ONE contract. Successful Applicants for Package C will automatically be prequalified for Package A and B and will be eligible for award of either one or both contracts.

Only eligible applicants with the following key qualifications should participate in this Prequalification:

Key Criteria / Package A / Package B / Package C
Annual construction turnover threshold / USD 105.6 million. / USD 74.4 million. / USD 180.0 million.
Experience in similar projects / Design, build and operate water treatment plant, pumping station etc. / Build only potable water pipeline of approx. 900mm diameter. / Both Package A and B criteria.
Experience in key activities / Experience in key activities
1. River intake.
2. Conventional water treatment plant design and construction.
3. Pipeline construction. 4. Operation of water treatment plant. / Fully welded pipeline construction, testing and commissioning. / Both Package A and B criteria.

4. It is expected that the Invitation for Bids will be made in September 2017.

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

The Water Authority of Fiji, Special Projects Unit

G.P.O. Box 1272, Suva, FIJI

Telephone: +679 912 6559

Email:

with a copy to

6. To obtain the Prequalification Document in English, eligible Applicants should:

 Download the Prequalification Document file Rewa RWSS Prequalification from the WAF webpage or,

 Registered Tender link users may download the Prequalification Document from the Tender link website or,

 Email the WAF at the addresses shown in section 5 above, requesting a softcopy of the document via return email.

7. Deliver your Application:

 to the address below: The Tender Box, The Water Authority of Fiji Manohan Building, Wainivula Road Level Suva, Fiji or via electronic submission as stated in the Prequalification Documents,

 on or before 17 May 2017, 12.00 noon Fiji 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 or delivery of their Applications.

9. The Employer will notify all Applicants in writing of the names of those Applicants who have been prequalified.

Urban Services Improvement Investment Program-Tranche 4
Project ID No.
/ P43405-ICB-POT-01
Project Name: / Urban Services Improvement Investment Program-Tranche 4
Country: / Georgia
Description: / Construction of Sewage System in Poti
Funding agency: / Asian Development Bank (ADB)
Last date of bid submission: / 11 May 2017, 14:00 (local time)
Price of bidding document: / 250 Georgian Lari or 100 US Dollar
Address for bid submission: / United Water Supply Company of Georgia,
LLC Ia Mazanishvili and/or Nika Mskhiladze
76b Vazha-Pshavela Ave. 0186
Tbilisi Georgia
Telephone: (995 32) 291 90 60
Facsimile number: (995 32) 222 00 36
Electronic mail address: ;

Invitation for Bids – Rebidding

1. Georgia has received financing from the Asian Development Bank (ADB) toward the cost of the Urban Services Investment Program – Tranche 4. 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 “United Water Supply Company of Georgia” LLC (UWSCG) invites sealed bids from eligible Bidders for the improvement of the sewage system in Poti, in particular, pipe laying of 112.4 km of new sewer (excluding house connections), 28 sewage pumping stations (capacity varies between 2.5 l/s and 285 l/s).The estimated construction period for whole of the works (both sections: Northern and Southern parts of Poti sewage system) is 900 days. At first stage the Contractor shall implement Southern part of the sewage system of Poti within first 540 days.

3. International Competitive Bidding will be conducted in accordance with ADB's Single Stage: Two-Envelope bidding procedure and is open to all Bidders from eligible countries as described in the Bidding Document.

4. To obtain further information and inspect the bidding documents, Bidders should contact:

United Water Supply Company of Georgia,

LLC Ia Mazanishvili and/or Nika Mskhiladze

76b Vazha-Pshavela Ave. 0186

Tbilisi Georgia

Telephone: (995 32) 291 90 60

Facsimile number: (995 32) 222 00 36

Electronic mail address: ;

5. To purchase the bidding documents in English, eligible Bidders should:

 write to address above requesting the bidding documents for P43405-ICB-POT-01, Construction of Sewage System in Poti;

 pay a non-refundable fee of 250 Georgian Lari or 100 US Dollar for receiving it at the UWSCG office and 500 Georgian Lari or 200 US Dollars for receiving it by courier: Between 10:00 to 17:00 hrs at the office mentioned under item

4. Or Electronic transfer to the following account:

United Water Supply Company of Georgia,