Auslandsausschreibungen

Transcription

Auslandsausschreibungen
mit Content von
NfA
Projektfrühinformationen und
Auslandsausschreibungen
He
KfW-A ute mit
usschr
eib
auf de
n Seite ungen
n7&5
5
Freitag, 04. November 2011
Bei den Projekt-Frühinformationen handelt es sich überwiegend um
Vorhaben, die von nationalen und internationalen Entwicklungsbanken
finanziert werden. Wir empfehlen Unternehmen, für die Akquise und
Bewerbung zunächst den angegebenen Projektträger zu kontaktieren.
Weitere Informationen zu den Projekten liegen der gtai (Fax: 02282/4993446, E-Mail: [email protected]) nicht vor, es sei denn, dies ist im Text ausdrücklich vermerkt.
ENERGIEWIRTSCHAFT
TSCHECHISCHE REPUBLIK
Titel:
CEZ Distribution Network
II++Verstärkung und Ausbau
des Stromversorgungsnetzes,
u.a. Generatoren
Geber: Europäische Investitionsbank
(EIB)
Stand: PROJEKTPRUEFUNG
(2011-09-01)
Interne bfai-Nr.: 1109218003
Projektbeschreibung:
Die Europäische Investitionsbank (EIB)
prüft derzeit die Vergabe einer Kreditlinie
an das tschechische Stromversorgungsunternehmen CEZ Distribuce A.S.
Die Mittel dienen der Verstärkung und dem
Ausbau des Stromverteilungsnetzes in
einer Konvergenzregion in Tschechien.
Die Investitionen sollen die steigende
Nachfrage
befriedigen,
Neukunden
anschließen, Verluste reduzieren und u.a.
durch neue Generatoren die Zuverlässigkeit und Qualität der Stromversorgung
erhöhen. Vor allem sollen Mittel- und Niederspannungsausrüstungen verstärkt werden.
Weitere Einzelheiten wurden nicht mitgeteilt.
Gesamtkosten: 400,0 Mio. EURO
Geberbeitrag: 200,0 Mio. EURO
Projektträger:
- CEZ Distribuce A.S. Teplická 874/
8 405 02 Decín IV-Podmokly [email protected] 840/84 08 40
Tschechische Republik
Kontaktanschrift:
- EIB - Europäische Investitionsbank 98
- 100, blvd. Konrad Adenauer 2950
Luxembourg [email protected] /4 37 91
Luxemburg
Zusatzinformation: Darlehen (vorgesehen)
FINANZ- UND BANKWESEN
POLEN
Titel:
Bank Ochrony Srodowiska GL
IV++Kredite für KMU-Vorhaben
in diversen Branchen einschl.
Umweltschutz
Geber: Europäische Investitionsbank
(EIB)
Stand: PROJEKTPRUEFUNG
(2011-09-01)
Interne bfai-Nr.: 1110148007
Projektbeschreibung:
Die Europäische Investitionsbank (EIB)
prüft derzeit die Vergabe einer Kreditlinie
an die polnische Umweltschutz-Bank
Ochrony Srodowiska SA.
Die Mittel dienen zur Unterstützung von
Investitionsvorhaben kleiner und mittlerer
Unternehmen in Polen in den Bereichen
Umweltschutz, Energieeffizienz, Infrastruktur einschl. Bildung und Gesundheit, Industrie, Agrarindustrie, Dienstleistungen und
Tourismus.
Weitere Einzelheiten wurden nicht mitgeteilt.
Geberbeitrag: 75,0 Mio. EURO
Projektträger:
- Bank Ochrony Srodowiska SA Al.
Jana Pawla II 12 00-950 Warszawa
[email protected] 22/8 50 87 20 Polen
Kontaktanschrift:
- EIB - Europäische Investitionsbank 98
- 100, blvd. Konrad Adenauer 2950
Luxembourg [email protected] /4 37 91
Luxemburg
Nr. 213
Zusatzinformation: Darlehen (vorgesehen)
Ö F F E N T L I C H E V E R W A LT U N G
GRENADA
Titel:
Regional Disaster Vulnerability
Reduction Projects
Geber: Weltbankgruppe
Stand: FINANZIERUNGSBEWILLIGUNG (2011-06-01)
Interne bfai-Nr.: 1109268011
Projektbeschreibung:
Die Verbesserung des Katastrophenschutzes in der Karibik steht im Mittelpunkt
eines Programms, für dessen Finanzierung
die Internationale Entwicklungsorganisation (IDA) je einen Kredit in Höhe von 10 Mio.
US$ für Grenada und 10,92 Mio. $ für St.
Vincent und die Grenadinen bereitstellte.
Das Vorhaben soll in beiden Inselstaaten
realisiert werden und beinhaltet folgende
Komponenten:
Projektfertigstellung
Jahr 2017.
voraussichtlich
- Vorbeugende Maßnahme (z.B. Ausbau
der Infrastruktur),
- Schaffung einer regionalen Plattform, um
den Informationsaustausch und die
Koordinierung entsprechender Maßnahmen im Krisenfall sicherstellen zu können,
- Erarbeitung eines Soforthilfeplans,
- Unterstützung des Projektmanagements.
- www.gtai.de/:P19767
Gesamtkosten: 57,1 Mio. US$
Geberbeitrag: 20,9 Mio. US$
Projektträger:
- Ministry of Finance, Planning, Economy,
Energy, and Cooperatives St. George‘s
Timothy Antoine [email protected]
/4 40 29 28 Grenada
Projektträger:
- Ministry of Finance and Economic Planning Kingstown Ms. Laura AnthonyBrowne [email protected] /4 57 17
46 St.Vincent und die Grenadinen
Kontaktanschrift:
- The World Bank 1818 H Street, NW Was-
Inhalt nach bestem Wissen, aber ohne
Redaktion: +49 (0) 69 / 665632 -25
Herausgeber und Verlag:
MBM GmbH, Rudolfstr. 22-24,
60327 Frankfurt
HRB 42035 Offenbach
E-Mail: [email protected]
Geschäftsführung: Martin Brückner
Chefredakteur: Martin Brückner
Alle Rechte vorbehalten. Es wird ausdrücklich
Abo-Service:
[email protected]
oder +49 (0) 69 / 665632-15
MBM GmbH veröffentlicht Informationen der
Germany Trade and Invest - Gesellschaft
für Außenwirtschaft und Standortmarketing
mbH.
der Inhalte Urheberschutz besteht.
IMPRESSUM
im
Gewähr.
darauf hingewiesen, dass hinsichtlich
Erscheinungsweise: montags bis freitags.
mit Content von
NfA
Auslandsausschreibungen
hington, DC 20433 Niels B. Holm-Nielsen, Team Leader 202/4 73 10 00 USA
Zusatzinformation: Kredite
REGIONAL- UND
S TA D T E N T W I C K L U N G
TOGO
Freitag, 04. November 2011 |
[email protected] /9 98 19 35 85
Kongo, Demokratische Republik
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 Anne Mossige, Team
Leader 202/4 73 10 00 USA
Zusatzinformation: Zuschuss
U M W E LT S C H U T Z
Titel:
Emergency Infrastructure
Rehabilitation and Energy
Project - Additional Financing
Geber: Weltbankgruppe
Stand: FINANZIERUNGSANTRAG
(2011-08-01)
Interne bfai-Nr.: 1110118009
Projektbeschreibung:
Antrag der Regierung Togos auf Zuschuss
der Internationalen Entwicklungsorganisation (IDA) für folgendes Entwicklungsvorhaben (Originaltext):
The objectives of the „Emergency Infrastructure Rehabilitation and Energy Project
- Additional Financing“ is to scale-up the
drainage activities in the poor communities
within the city of Lome.
Project Concept Review Meeting scheduled for 17 November 2011.
Consulting services to be determined.
Geberbeitrag: 15,0 Mio. US$
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 202/4 73 10 00 USA
Zusatzinformation: Zuschuss (beantragt)
S O Z I A LW E S E N
KONGO, DEMOKRATISCHE
REPUBLIK
Titel:
Emergency Social Action Project - 2nd Additional Financing
Geber: Weltbankgruppe
Stand: FINANZIERUNGSBEWILLIGUNG (2011-06-01)
Interne bfai-Nr.: 1109168005
Projektbeschreibung:
Zuschuss der Internationalen Entwicklungsorganisation (IDA) zur Finanzierung
eines bereits laufenden Projekts zur Verbesserung der sozialen Lage in der Demokratischen Republik Kongo.
Im Mittelpunkt stehen dabei:
Die Auszahlung der jetzt bereitgestellten
IDA-Mittel soll bis März 2013 erfolgen.
- der Ausbau der Basisinfrastruktur,
- die Stärkung der institutionellen Struktur
sowie
- die Unterstützung des Projektmanagements.
- www.gtai.de/:P19766
Gesamtkosten: 7,3 Mio. US$
Geberbeitrag: 6,8 Mio. US$
Projektträger:
- Ministry of Finance BP 129997 Kinshasa
1 - Gombe Ruphin Bo-elongo Kimuemue [email protected];
SAMBIA
Titel:
Strengthening Climate
Resilience PPCR, Phase II
Geber: Weltbank /International Bank for
Reconstruction and Development (IBRD/Weltbank-Gruppe)
Stand: FINANZIERUNGSANTRAG
(2011-08-01)
Interne bfai-Nr.: 1110118011
Projektbeschreibung:
Antrag der Regierung Sambias auf Mittel
der Weltbangruppe für folgendes Entwicklungsvorhaben (Originaltext):
The objective of the „Strengthening Climate Resilience PPCR, Phase II“ is to
mainstream climate change issues in the
6th National Development Plan and other
strategies in order to ensure sustainable
economic development towards the attainment of the country’s Vision 2030.
Seite 2
- www.gtai.de/:P19765
Gesamtkosten: 16,0 Mio. US$
Geberbeitrag: 16,0 Mio. US$
Projektträger:
- Ministry of Transport and Communications 6/F 42 Isanova Street Bishkek Mr. Sanjar Ibraimov, PIU Director
[email protected] 312/90 09 70 Kirgisistan
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 Cordula Rastogi,
Team Leader 202/4 73 10 00 USA
Zusatzinformation: Kredit und Zuschuss
TANSANIA
Titel:
Railway Revitalization
Project++u.a. Consulting
Geber: Weltbankgruppe
Stand: FINANZIERUNGSANTRAG
(2011-08-01)
Interne bfai-Nr.: 1110118008
Projektbeschreibung:
Antrag der Regierung Tansanias auf Kredit
der Internationalen Entwicklungsorganisation (IDA) für folgendes Entwicklungsvorhaben (Originaltext):
The objectives of the „Railway Revitalization Project“ is to improve the rail infrastructure and selected rolling stock.
Project Concept Review Meeting scheduled for 14 October 2011.
Project Concept Review Meeting scheduled for 29 September 2011.
Consulting services to be determined.
Geberbeitrag: 50,0 Mio. US$
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 202/4 73 10 00 USA
Zusatzinformation: Mittel (beantragt)
Consultants will be required.
Geberbeitrag: 150,0 Mio. US$
Projektträger:
- Reli Assets Holding Company (RAHCO)
Railways Street Corner Sokoine Drive
Dar es Salaam; PO Box 76959 Dar es
Salaam Benhadard Tito, Managing Director [email protected] 22/2 12 74 03
Tansania
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 202/4 73 10 00 USA
Zusatzinformation: Kredit (beantragt)
VERKEHRSINFRASTRUKTUR
KIRGISISTAN
Titel:
National Road Rehabilitation (Osh-Batken-Isfana)
Project - 2nd Additional
Financing++Bauarbeiten,
Ausrüstung, Consulting/
Bauüberwachung
Geber: Weltbankgruppe
Stand: FINANZIERUNGSBEWILLIGUNG (2011-06-01)
Interne bfai-Nr.: 1109168004
Projektbeschreibung:
Kredit und Zuschuss der Internationalen
Entwicklungsorganisation (IDA) zur Finanzierung eines Verkehrsinfrastrukturprojekts
in Kirgisistan. Im Mittelpunkt steht dabei
der Straßenbau.
Insbesondere sollen Transport- und Wegezeiten auf dem Streckenabschnitt OshBatken-Isfana-Korridor gesenkt, die Verkehrssicherheit verbessert sowie durch die
Realisierung kleinerer Baumaßnahmen in
den Städten Osh und Jalal-Abad Beschäftigungsmöglichkeiten geschaffen werden.
Projektabschluss: voraussichtlich 2015.
WASSER, ABWASSER
CHINA
Titel:
Guangdong Non-Point Pollution Control Project
Geber: Weltbank /International Bank for
Reconstruction and Development (IBRD/Weltbank-Gruppe)
Stand: FINANZIERUNGSANTRAG
(2011-08-01)
Interne bfai-Nr.: 1110118012
Projektbeschreibung:
Antrag der Regierung der VR China auf
Darlehen der Weltbank (CSCF) für folgendes Entwicklungsvorhaben (Originaltext):
The objective of the „Guangdong NonPoint Pollution Control Project“ is to reduce rural and agricultural pollution by promoting source reduction, commercial utilization of agricultural wastes, and sound
mit Content von
NfA
Auslandsausschreibungen
management and treatment of rural wastes.
Project Concept Review Meeting scheduled for 18 January 2012.
Consulting services to be determined.
Geberbeitrag: 100,0 Mio. US$
Kontaktanschrift:
- The World Bank 1818 H Street, NW Washington, DC 20433 202/4 73 10 00 USA
Zusatzinformation: Darlehen (beantragt)
CHINA
Titel:
Guangdong Non-Point Pollution Control Project
Geber: Global Environment Facility
(GEF)
Stand: FINANZIERUNGSANTRAG
(2011-08-01)
Interne bfai-Nr.: 1110118013
Projektbeschreibung:
Antrag der Regierung der VR China auf
Zuschuss der Globalen Umweltfazilität
(GEF/Weltbankgruppe) für folgendes Entwicklungsvorhaben (Originaltext):
The objective of the „Guangdong NonPoint Pollution Control Project“ is to reduce rural and agricultural pollution by promoting source reduction, commercial utilization of agricultural wastes, and sound
management and treatment of rural wastes. Which will reduce land-based pollution
to the large marine ecosystems of East
Asia Seas.
Project Concept Review Meeting scheduled for 18 January 2012.
Consulting services to be determined.
Geberbeitrag: 10,0 Mio. US$
Projektträger:
- GEF Secretariat 1818 H Street, NW
MSN G6-602 Washington, DC 20433
[email protected] 202/4 73 05 08
USA
Zusatzinformation: Zuschuss (beantragt)
Freitag, 04. November 2011 |
Seite 3
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 |
Weitere Informationen und Unterlagen zu den Ausschreibungen sind bei
der ausschreibenden Stelle erhältlich und lassen sich gegebenenfalls
aus dem Internet herunterladen. Wenn der gtai Unterlagen zur Verfügung standen, wurden diese an den genannten Verband weitergesandt.
Die Finanzierung des Projekts wird jeweils besonders hervorgehoben
( Finanz.:). Bei Rückfragen an die gtai (Fax: 0228/24993-446, E-Mail:
[email protected]) bitte die interne gtai-Nr. angeben.
BAUWIRTSCHAFT
PLANUNG /
BAU, GRENZÜBERGÄNGE
Termin: 2011-12-01
Land: Armenien
Ref-Nr: Invitation for Prequalification
Interne bfai-Nr: 11021038
Betrifft: UNITED NATIONS DEVELOPMENT
PROGRAMME ; UNITED NATIONS DEVELOPMENT PROGRAMME
Vorgesehene Leistung:
- Planung und Bau der 3 Grenzübergänge
Bagratashen, Bavra und Gogavan
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
On 3 November 2010, the President of
Armenia signed a decree on the adoption
of the „Strategy of Border Security and
Integrated State Border Management (IBM)
of the Republic of Armenia (RA)“. On 21
April 2011, the Government of Armenia
adopted the Decree No. 482 on approval of
IBM Action Plan, according to which Armenian authorities plan to upgrade and
modernize border crossing points (BCP)
Bagratashen, Bavra and Gogavan along
the borders between Armenia and Georgia.
The National Security Council (NSC) of RA
has been assigned by the Decree of the
President as responsible authority for coordination and monitoring of the activities.
The scope of upgrade works includes integrated activities for improvement of the
state border crossing control procedures
for persons, vehicles and cargo, including
design and construction and technical
equipping of buildings and civil structures,
upgrade of transport facilities and engineering utilities, modernization of IT systems in
accordance with national legislation of the
RA and international IBM standards and
principles.
In the framework of South Caucasus IBM
(SCIBM) project, funded by the European
Union (EU) and implemented by the United
Nations Development Programme (UNDP),
design-engineering documentation for
upgrading Bagratashen, Bavra and Gogavan BCPs are developed.
UNDP Office in Armenia following the
request of Armenian authorities invites all
the interested applicants to participate in
prequalification procedure for identification
of the potential bidders for contract on
design and construction of three border
crossing points „Bagratashen“, „Bavra“
and „Gogavan“ in the RA.
All qualified national and international
applicants are invited to participate in the
prequalification, if they comply with the
conditions and requirements set in the
instructions. UNDP encourages joint ventures between local and international contractors. Detailed documentation on the
prequalification package is available at the
website below.
The complete prequalification application
package, following the instructions, must
be submitted by 17:00 p.m., 1 December
2011 to the following address. Late applications will not be considered.
UNDP Armenia.
14 Petros Adamyan Street.
Yerevan, Armenia, 0010.
Website:
http://operations.undp.am/
Procurement/Default.aspx
 Finanz.: United Nations Development
Programme (UNDP)
BAU, POLIZEIGEBÄUDE (POTI)
Termin: 2011-11-16
Land: Georgien
Interne bfai-Nr: 11021008
Vorgesehene Leistung:
- Bau eines Polizeigebäudes in Poti, inkl.
Installationsarbeiten, u.a. Klima- und
Heizungsanlage sowie Wasser und
Abwasser
Auftragswert: 4,283 Mio. GEL, inkl. UST
(ca. 1,86 Mio. EUR)
Auftraggeber:
- Ministerium für innere Angelegenheiten,
Tibilisi, Tel: 32/ 2411510, E-Mail: mamiran
[email protected], Georgien
Weitere Details abrufbar unter: http://tende
rs.procurement.gov.ge/public/?go=32301
 Finanz.: Eigenfinanzierung
BAU, VERWALTUNGSGEBÄUDE
(MTSKHETA-MTIANETI)
Termin: 2011-11-17
Land: Georgien
Interne bfai-Nr: 11021007
Vorgesehene Leistung:
- Bau eines Verwaltungsgebäudes in der
Ortschaft Mtskheta-Mtianeti, inkl. Elektroinstalltionsarbeiten und Heizungsanlage
Auftragswert: 3,2 Mio. GEL, inkl. UST (ca.
1,39 Mio. EUR)
Seite 4
Auftraggeber:
- Ministerium für innere Angelegenheiten,
Tibilisi, Tel: 32/ 2411510, E-Mail: mamiran
[email protected], Georgien
Weitere Details abrufbar unter: http://tende
rs.procurement.gov.ge/public/?go=32366
 Finanz.: Eigenfinanzierung
BAUMAßNAHMEN,
WOHNGEBIET-ERSCHLIEßUNG
Termin: 2011-12-20
Land: Senegal
Ref-Nr: Avis d‘Appel d‘Offres International, AOI No. 112/11
Interne bfai-Nr: 11021049
Betrifft: PROJET D‘AUTOROUTE A PEAGE
DAKAR DIAMNIADIO ; TRAVAUX DE VIABILISATION SECONDAIRE DE LA ZONE
DE RECASEMENT KEUR MASSAR/
TIVAOUANE PEULH
Vorgesehen:
- Baumaßnahmen zur Erschließung des
Wohngebiets Keur Massar/Tivaouane
Peulh; Umfang: Nebenstraßen, Wasserver-/Abwasserentsorgung, Stromversorgung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Cet avis d‘appel d‘offres fait suite à l‘Avis
Général de Passation des Marchés lancé
par APIX et paru le 26 juin 2009 dans Development business en ligne et dans DGMarket et le 04 Janvier 2011 dans le journal «
LE SOLEIL ».
Le Gouvernement du Sénégal a obtenu un
crédit complémentaire de l‘Agence Internationale pour le Développement (IDA) et
de l‘Agence Francaise de Developpement
(AFD) pour financer le coût du Projet
d‘autoroute à péage Dakar-Diamniadio. Il
est prévu qu‘une partie des sommes
accordées au titre de ce financement sera
utilisée pour effectuer les paiements prévus au titre des travaux de viabilisation
secondaire de la zone de recasement Keur
Massar/Tivaouane Peulh.
Le Gouvernement du Sénégal invite, par le
présent Avis d‘Appel d‘Offres, les soumissionnaires intéressés à présenter leurs offres sous pli fermé, pour la réalisation des
travaux de viabilisation secondaire de la
zone de recasement.
L‘AGETIP sollicite des offres sous pli fermé
de la part de soumissionnaires éligibles et
répondant aux qualifications requises pour
exécuter les travaux de viabilisation
secondaire regroupés en un (1) ou plusieurs marchés, et comportant trois (03)
lots indivisibles à savoir:
Lot 1: Terrassements # Voiries, comprenant
les travaux de terrassement et de construction de 14505 mètres linéaires de voirie
Lot 2: Assainissement Eaux Usées #
Adduction Eau Potable, comprenant les
travaux de construction de 12305 mètres
linéaires de réseau d‘eaux usées et les travaux de construction de 15250 mètres
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 |
linéaires de réseau d‘adduction d‘eau
potable
Lot 3: Réseau électrique, comprenant les
travaux de construction de 54090 mètres
linéaires de réseau d‘alimentation électrique
Le délai d‘exécution de chaque lot est fixé
comme suit:
Dix (10) à Douze (12) mois calendaires pour
le lot 1 ;
Huit (08) à Dix (10) mois calendaires pour le
lot 2 ;
Huit (08) à Dix (10) mois calendaires pour le
lot 3.
La passation du Marché sera conduite par
Appel d‘offres international (AOI) tel que
défini dans les Directives pour la passation
des marchés financés par les Prêts de la
BIRD et les Crédits de l‘IDA, Edition de Mai
2004, révisée en Octobre 2006 et en Mai
2010 et ouverte à tous les soumissionnaires de pays éligibles tels que définis
dans les Directives.
Les soumissionnaires éligibles et intéressés peuvent obtenir des informations
auprès de l‘Agence d‘Exécution des Travaux d‘intérêt Public contre le sous-emploi
(AGETIP), Bld Djily Mbaye x Béranger Ferraud # tél: (221) 33 839 02 02 # Fax: (221)
33 821 04 78 # B.P. 143 Dakar (Sénégal), email:
[email protected]
[email protected] # [email protected] [email protected], où ils pourront prendre
connaissance des documents d‘Appel
d‘offres de 8 H 30 mn à 15 H 30
Les exigences en matière de qualifications
sont:
(a) Avoir effectué des travaux de construction d‘un montant moyen annuel, pendant
les trois (03) dernières années, au moins
égal à:
Six Milliards de Francs CFA (6.000.000.000
FCFA) pour chacun des lots 1 et 2 ;
Deux
Milliards
de
Francs
(2.000.000.000 FCFA) pour le lot 3 ;
CFA
Douze
milliards
de
Francs
CFA
(12.000.000.000 FCFA) pour les lots 1 et 2
groupés;
Huit milliards de Francs CFA (8.000.000.000
FCFA) pour les lots 1 et 3 groupés ou lots
2 et 3 groupés;
Quatorze milliards de Francs CFA
(14.000.000.000 FCFA) pour les lots 1, 2 et
3 groupés ;
Chacun de ces chiffres d‘affaires doit être
certifié par un expert comptable agréé ;
(b) justifier d‘un montant minimum de liquidités et/ou facilités de crédit net d‘autres
engagements contractuels de:
Un Milliard Deux cent Millions de Francs
CFA (1.200.000.000 FCFA) pour chacun
des lots 1 et 2 ;
Quatre cent Millions de Francs CFA
(400.000.000 FCFA) pour le lot 3 ;
Deux milliards Quatre cent millions de
Francs CFA (2.400.000.000 FCFA) pour les
lots 1 et 2 groupés ;
Un milliard Six cent millions de Francs CFA
(1.600.000.000 FCFA) pour les lots 1 et 3
groupés ou lots 2 et 3 groupés ;
Deux milliards Huit cent Millions de Francs
CFA (2.800.000.000 FCFA) pour les lots 1,
2 et 3 groupés.
(c) avoir une expérience d‘entrepreneur
principal de travaux correspondant au
moins à deux (02) travaux de même nature
et de même complexité que ceux spécifiés
dans le présent appel d‘offres pendant les
cinq (05) dernières années avec une valeur
minimum de:
Pour le lot 1 ou 2: 2 200 000 000 F CFA
Pour le lot 3: 600 000 000 F CFA
Pour les lots 1 et 2 groupés: 4 400 000 000
F CFA
Pour les lots 1 et 3 groupés ou les lots 2 et
3 groupés: 2 800 000 000 F CFA
Pour les 3 lots groupés: 5 000 000 000 F
CFA
qui ont été exécutés de manière satisfaisante
(d) disposer du personnel clé requis (voir
dossier d‘appel d‘offres) ; et
(e) disposer du matériel nécessaire (voir
dossier d‘appel d‘offres).
Les soumissionnaires intéressés peuvent
obtenir le Dossier d‘Appel d‘Offres complet
en français en formulant une demande
écrite à l‘adresse ci-dessus mentionnée
contre un paiement non remboursable de F
CFA 200 000. La méthode de paiement
sera cash ou chèque de banque. Le Dossier d‘Appel d‘Offres sera remis en mains
propres.
Les offres devront être soumises à
l‘adresse ci-dessus au plus tard le 20
Décembre 2011 à 15 H 00 mn. Les offres
remises en retard ne seront pas acceptées.
Les offres seront ouvertes en présence des
représentants des soumissionnaires présents en personne ou à distance à la même
adresse le même jour à 15 H 00 mn. Les
offres devront être valides pour une période de cent vingts (120) jours et être accompagnées d‘une garantie d‘offre, valable
jusqu‘à 28 jours après l‘expiration du délai
de validité des offres, et d‘un montant de:
Pour le lot 1: F CFA 70 000 000 (Soixante
Dix Millions)
Pour le lot 2: F CFA 70 000 000 (Soixante
Dix Millions)
Pour le lot 3: F CFA 20 000 000 (Vingt Millions)
Agence d‘Exécution des Travaux d‘intérêt
Public contre le sous-emploi (AGETIP), Bld
Djily Mbaye x Béranger Ferraud.
B.P. 143 .
Dakar, Sénégal.
Tél: (221) 33 839 02 02.
Fax: (221) 33 821 04 78.
Seite 5
E-mail:
[email protected],
[email protected],
[email protected],
[email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
UFERSCHUTZMAßNAHMEN
Termin: 2011-12-13
Land: Serbien
Ref-Nr: SRB-IDR-ICB-062-W-117467-YF
Interne bfai-Nr: 11021048
Betrifft: IRRIGATION AND DRAINAGE
REHABILITATION PROJECT/ADDITIONAL
FINANCING ; WORKS ON REHABILITATION OF THE BANK REVETMENT ON CRITICAL SPOTS OF THE TISA RIVER RIGHT
BANK ON SECTION III (FROM KM 25+915
TO KM 25+375) AND SECTION IV (FROM
KM 21+682 TO KM 21+238)
Vorgesehene Leistung:
- Ausführung von Uferschutzmaßnahmen
am rechten Ufer des Flusses Tisa
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The Republic of Serbia has received financing from the World Bank toward the cost
of the Irrigation and Drainage Rehabilitation Project, and it intends to apply part of
the proceeds toward payments under the
contract for works on rehabilitation of the
bank revetment on critical spots of the Tisa
River right bank sections I (from km 25+915
to km 25+375) and II (from km 21+682 to
km 21+238).
The Ministry for Agriculture, Trade, Forestry and Water Management Directorate for
Water now invites sealed bids from eligible
bidders for rehabilitation of the bank revetment on critical spots of the Tisa River right
bank sections I and II, ref no. SRB-IDRICB-062-W-11-7467-YF.
The construction period is twelve (12)
months.
Bidders shall have the following experience
and capabilities requirements:
Minimum average annual turnover of EUR
3.000.000,00 calculated as total certified
payments received for contracts in progress or completed, within the last 5 (five)
years.
In case of JV, JV members should jointly
meet the requirement, At least one partner
must meet at least forty percent (40%) of
the requirement, and all other partners
must meet at least twenty five percent
(25%) of the requirement;
The Bidder must demonstrate access to,
or availability of, financial resources such
as liquid assets, unencumbered real
assets, lines of credits, and other financial
means, other than any contractual advance payments to meet: (i) the following cash
flow requirement: EUR 420.000, 00 and (ii)
the overall cash flow requirements for this
contract and its concurrent commitments.
mit Content von
NfA
Auslandsausschreibungen
In case of JV, JV members should jointly
meet the requirement, at least one partner
must meet at least forty percent (40%) of
the requirement, and all other partners
must meet at least twenty five percent
(25%) of the requirement;
Experience under contracts in the role of
contractor, subcontractor, or management
contractor for at least five (5) years prior to
the applications submission deadline, and
with activity in at least nine month in each
year. In case of JV, each partner must meet
requirement;
Participation as contractor, management
contractor, or subcontractor, in at least one
(1) contract within the last five (5) years,
each with a value of at least EUR 1.600.000,
00 that have been successfully and substantially completed and that are similar to
the proposed works. In the case of JV, all
partners combined should meet requirement, at least one partner must meet forty
percent (40%) of the requirement and each
partner must meet twenty five percent
(25%) of the requirement;
For the above or other contracts executed
during the past five (5) years a minimum
experience in the following key activities: 1.
River training works in the length of at least
8 km (eight kilometers); and 2. Mechanical
protection/rehabilitation of embankments
in river training works with the use of stone
of at least 30.000 m
3. In the case of JV, JV must meet all
requirements.
More details about all requirements related
to the qualification, eligibility, litigation history, and technical capabilities are specified in the Section III Evaluation and Qualification Criteria of Bidding documents.
Bidding will be conducted through the
international competitive bidding procedures as specified in the World Bank´s Guidelines: Procurement under IBRD Loans and
IDA Credits (h), edition May 2004, revised
October 2006 and May 2010, and is open
to all eligible bidders as defined in the guidelines.
Interested eligible bidders may obtain
further information and inspect the bidding
documents from the Ministry of Agriculture, Trade, Forestry and Water Management
Directorate for Water at the following
address: ITD Project Implementation Team,
Partizanske avijacije 8, 11 000 Belgrade,
Serbia from 09:00 to 16:00 hours CET
every working day.
A complete set of bidding documents in
English may be purchased by interested
bidders on the submission of a written
application to the address above and upon
payment of a nonrefundable fee of
20.000,00 RSD (twenty thousand Serbian
Dinars) or 200,00 EUR (two hundred Euro)
in favor of:
Interested bidders from Serbia shall deposit aforementioned fee in Serbian Dinars in
favor of:
Freitag, 04. November 2011 |
Beneficiary: Ministry of Agriculture, Trade,
Forestry and Water Management-Directorate for Water, the World Bank Project
„Serbia Irrigation and Drainage Rehabilitation Project“
Address: Bulevar umetnosti 2a
11070 Novi Beograd
Account No. 840-1364721-44
Payment details: SRB-IDR-ICB-062-W-117467-YF
Interested foreign bidders shall deposit
aforementioned fee in EURO in favor of:
Account with Institution:
DE 20500700100935930800
National Bank of Serbia
SWIFT: NBSRRSBG
Beneficiary
Acc. No. RS35908500100000020757
Name and address:
Ministry of Agriculture, Trade, Forestry and
Water Management
Belgrade, Nemanjina 22-26, Serbia
Intermediary bank: DEUTDEFF
Deutsche Bank AG
Frankfurt am Main, DE
SWIFT: DEUTDEFF
Payment details: SRB-IDR-ICB-062-W-117467-YF
The Bidding Documents will be sent by
mail or courier.
All bids must be accompanied by a bid
security declaration, and be delivered to
the following address: Ministry of Agriculture, Trade, Forestry and Water Management, Directorate for Water, IDR Project
Implementation Team, Partizanske avijacije
8, 11 000 Belgrade, Serbia, by 12:00, noon,
CET, on December 13, 2011. They will be
opened immediately thereafter, in the presence of bidders´ representatives, who
choose to attend, at the same address.
Late bids will be rejected.
Ministry of Agriculture, Trade, Forestry and
Water Management of Republic of Serbia.
Directorate for Water/Irrigation and Drainage Rehabilitation Project Implementation
Team .
Partizanske avijacije 8.
Attn. Mr. Dmitar Zakula, Project Coordinator.
11000 Belgrade, Serbia.
Tel/Fax: (381-11) 176-5550.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
Seite 6
KRANKENHAUSAUSBAU
(MAKARIV)
Termin: 2011-11-28
Land: Ukraine
Interne bfai-Nr: 11021005
Vorgesehene Leistung:
- Bau der chirurgischen Abteilung des
Zentralen Regionalkrankenhauses in
Makariv
Ausführungszeit: bis Dezember 2012
Bietgarantie: 250.000 UAH
Ausschreibender:
- Makarivska Zentralna Rajonna Likarnja
Kievskoji Oblasti, Vul. B. Chmelnizkogo,
56 08000 Makariv, Herr Anatolij Anatolijovitsch Jovenko, Tel: 4578/ 51369; 95/
8057354, Fax: 4578/ 51338, Ukraine
Empfohlene Korrespondenzsprache: Ukrainisch
 Finanz.: Eigenfinanzierung
CHEMIE, PHARMA, PLASTIK
VETERINÄRPRÄPARATE
Termin: 2011-11-28
Land: Kirgisistan
Ref-Nr: Invitation for bids (IFB),
Contract No. AISP\EU\SVD\
Veterinary preparates for private vets\ICB-11-2\11
Interne bfai-Nr: 11021070
Betrifft: AGRICULTURAL INVESTMENTS
AND SERVICES PROJECT (ADDITIONAL
FINANCING BY THE EUROPEAN COMMUNITY) ; PROCUREMENT VETERINARY
PREPARATES FOR PRIVATE VETERINARIES OF SIX OBLASTS OF THE KYRGYZ
REPUBLIC
Vorgesehen:
- Lieferung von Veterinärpräparaten
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Kyrgyz Republic has received a funding from the International Development
Association (IDA), international Fund for
Agricultural Development (IFAD), European
Union (?U) and other donors for funding
the implementation of the Agricultural
Investments and Services Project (AISP),
and it intends to apply part of the proceeds
of this Grant to payments under the Contract No. AISP\EU\SVD\Veterinary preparates for private vets\ICB-11-2\11
3. The Agricultural Project Implementation
Unit, the Ministry of Agriculture of the Kyrgyz Republic now invites sealed bids from
eligible and qualified bidders for supply
Veterinary preparates for private veterinaries of six oblasts of the Kyrgyz Republic.
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), and is open to
mit Content von
NfA
Auslandsausschreibungen
all bidders from Eligible Source Countries
as defined in the Guidelines.
5. Interested eligible bidders may obtain
further information from Agricultural Project Implementation Unit and inspect the
Bidding Documents at the address 96a
Kievskaia Str, office 511, Bishkek city from
08:30 to 17:30. tel +996 312 665625, fax
+996 312 661572 email: [email protected]
or [email protected]
6. Qualifications requirements include: The
average annual turnover of the bidder for
any of the last three years has to be not
less than USD 400 000 (four hundred thousand). The supplier must have successful
performing at least two contracts of supply of the similar goods for the last three
years; The bidder shall provide in its bid all
technical specifications, technical schedules or other technical information of the
proposing goods for the purposes of comparison of the given technical specifications in this bidding document and defining
the conformity to the requirements. A margin of preference for certain goods manufactured domestically shall not be applied.
Additional details are provided in the Bidding Documents.
Bank:
Project/ Beneficiary name: „Agricultural
Project Implementation Unit, Agricultural
Investments and Services Project“
Beneficiary bank: Closed Joint Stock Company „Kyrgyz Investment and Credit Bank“
Bishkek, Kyrgyz Republic, 720021 (CJSC
„KICB“)
1. Account (USD): 1280010104560988
BIC: 128001;
SWIFT: KICB KG 22.
2. Account: (KGS): 1280010090001288
BIC: 128001.
Corresponding Bank:
Project/ Beneficiary name: „Agricultural
Project Implementation Unit, Agricultural
Investments and Services Project“
Deutsche Bank Trust Company
Americas New York City, NY
10006, USA
SWIFT: BKTR US 33
Account number: 044 16441
The document will be sent by e-mail (PDF
format) or airmail for overseas delivery and
surface mail or courier for local delivery.
Agricultural Projects Implementation Unit
of the Ministry of Agriculture of the Kyrgyz
Republic,.
96a Kievskaia Str., office 511.
720040 Bishkek, the Kyrgyz Republic.
Tel: (996-312) 66-56-25.
Fax: (996-312) 66-15-72.
Attn: Mr. Mairambek Tairov, APIU Director.
E-mail:
[email protected];
[email protected]; [email protected]
 Finanz.: Weltbankgruppe
Freitag, 04. November 2011 |
C O N S U LT I N G
CONSULTING,
BERUFLICHE BILDUNG /
HOCHSCHULBILDUNG
Termin: 2011-12-19
Land: Äthiopien
Ref-Nr: 2011 66 305
Interne bfai-Nr: 11021028
Betrifft: Higher Education and Vocational
Training
Vorgesehen:
- Im Rahmen der Finanziellen Zusammenarbeit mit Entwicklungsländern (FZ) wird
seit einigen Jahren der äthiopische
Berufsbildungssektor unterstützt. Eine
neue Phase (Phase III) befindet sich derzeit in Vorbereitung. Das neue Programm
soll Fördermittel für den Sub-Sektor
„Berufliche Bildung“ und „Hochschulbildung“ bereitstellen. Für dieses Programm werden Gutachterleistungen zur
Erstellung einer detaillierten Machbarkeitsstudie / Feasibility-Study benötigt.
Verbindlicher englischer Originaltext des
Hinweises abrufbar unter:
- www.gtai.de/:11021028
 Finanz.: KfW-Entwicklungsbank
CONSULTING,
INVESTITIONSFÖRDERUNG
Termin: 2011-11-09
Land: Bangladesch
Ref-Nr: REQUEST FOR EXPRESSIONS
OF INTEREST
Interne bfai-Nr: 11021108
Betrifft: SHORT TERM CONSULTANT,
INVESTMENT GENERATION TEAM ;
SELECTION FOR CONSULTANTS BY THE
WORLD BANK
Vorgesehen:
- Beratungsleistungen für den Bangladesh
Investment Climate Fund, dessen Aufgabe es ist, die notwendigen Rahmenbedingungen für Investoren zu schaffen,
die Privatwirtschaft zu fördern und
Arbeitplätze zu generieren.
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 9 November 2011
Econsult selection no. 1053444
ASSIGNMENT DESCRIPTION:
About IFC
IFC, a member of the World Bank Group,
creates opportunity for people to escape
poverty and improve their lives. We foster
sustainable economic growth in developing countries by supporting private sector
development, mobilizing private capital,
and providing advisory and risk mitigation
services to businesses and governments.
Our new investments totaled $15 billion in
fiscal 2009, helping channel capital into
developing countries during the financial
Seite 7
crisis. For more information, visit
www.ifc.org.
About BICF
The Bangladesh Investment Climate Fund
(BICF) provides advisory services aimed at
improving business operating environment
in Bangladesh. BICF is managed by IFC, in
partnership with the U.K Department for
International Development and the European Union. Its objectives are consistent
with the Bangladesh governments strategic vision for private sector development
within its poverty reduction strategy.
Government agencies and BICFin close
collaboration with the key stakeholders in
Bangladeshjointly design and implement
programs to institute business friendly policies, laws and regulations, and strengthen
the institutions that implement them.
About the Investment Generation Program
Bangladesh has long suffered from low
foreign direct investment and a narrow
export base, both of which add to the challenge of creating jobs for Bangladeshs growing labor force. Bangladesh needs to
ramp up investment in order to create
many more jobs annually. To this end, BICF
will be working on unlocking investment in
Bangladesh by focusing on addressing
constraints to growth in the most competitive sectors. This work will involve identifying regulatory constraints that are preventing the sector from achieving its full
potential and attracting investment, and in
undertaking strategic and targeted investment promotion to stimulate growth.
Objectives/Purpose of Assignment
The Consultant will support the Investment
Generation team by contributing to and
assisting in the development and management of BICFs sector-specific strategies
and interventions. In particular, the Consultant will support the team in the following
areas:
Contributing background knowledge on
sector-specific issues and constraints;
Identifying and engaging sector-specific
stakeholders; and
Providing support to the Investment Climate Regional Business Line Leader.
Scope of Work
The job will entail the following responsibilities:
Assist the team in identifying competitive
sectors to be addressed under the Investment Generation program;
Assist the team in studying and identifying
sector-specific investment climate constraints that impede investment;
Provide technical knowledge and advice
on development of action plans for selected sectors;
Assist the team in identifying and engaging
stakeholders to champion business reform
in the sectors;
Assist in developing sector-specific action
plans for sectoral improvement;
mit Content von
NfA
Auslandsausschreibungen
Support the Investment Climate Regional
Business Line Leader by supporting the
development of project materials, documents and reports.
Deliverables / Specific Outputs Expected
from Consultant
The Consultant is expected to provide the
following deliverables while in this position:
Drafting concept notes, project briefing
documents, terms of reference for consultants, client agreements and other documents integral to success of the program;
Development of and inputs into sectorspecific research and action plans;
Weekly, monthly and quarterly updates on
program progress for BICF and IFC regional management and donors;
Feedback and input on consultant deliverables and reports, as necessary;
Minutes of meetings with clients, consultants and other stakeholders.
ELIGIBILITY: Eligibility restrictions apply:
The responses will be reviewed and those
consultants deemed best qualified in
BICFs judgment will be short-listed according to the following criteria:
Mandatory Qualifications - All candidates
must:
Have at least 5 years of experience working on sector-specific issues in Bangladesh, and in planning, executing and monitoring projects;
Be fluent in English and Bengali;
Demonstrate proven competency in time
management and multitasking;
Have excellent written, oral communication
and presentation skills;
Have experience working closely with
government, private sector and/or business membership organizations
Hold an advanced degree (minimum Masters) in a relevant field.
Preferred Qualifications - In addition the
following is preferred:
Experience managing complex projects,
particularly in the area of development;
Experience working and building effective
working relations with a wide range of stakeholders, in particular senior public and
private sector officials, think-tanks and
academia;
Ability to deal sensitively in multicultural
environments;
Ability to gather and organize information
and resources, compile data and prepare
statistics, and synthesize knowledge from
diverse sources;
Knowledge of and experience in the international development community, specifically IFC and World Bank and other
donors.
Excellent understanding of government
systems and private sector membership
organizations
Freitag, 04. November 2011 |
Seite 8
INDIVIDUAL/FIRM PROFILE: The consultant should be an individual.
préparation de DAO pour l‘acquisition de
matériels de contrôle de qualité ».
SUBMISSION REQUIREMENTS:
Dans le cadre de cette consultation, les
services du consultant comprennent
notamment les tâches suivantes:
The World Bank now invites eligible consultants to indicate their interest in providing the services. Interested consultants
must provide information indicating that
they are qualified to perform the services
(brochures, description of similar assignments, experience in similar conditions,
availability of appropriate skills among
staff, etc. for firms; CV and cover letter for
individuals). Please note that the total size
of all attachments should be less than
5MB.
Interested consultants are hereby invited to
submit expressions of interest.
Expressions of Interest should be submitted, in English, electronically through World
Bank Group eConsultant2 (https://wbgeco
nsult2.worldbank.org/wbgec/index.html)
Selection and contracting will normally be
made from responses to this notification.
The consultant will be selected from a
shortlist, subject to availability of funding.
Web site:.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING, TELEKOMREGULIERUNGSBEHÖRDE
Termin: 2011-11-18
Land: Benin
Ref-Nr: Manifestation d‘intérêt, Avis
No. 3110-2/11/MCTIC/PeB/
COORD/SGF/SPM du 31
octobre 2011
Interne bfai-Nr: 11021107
Betrifft: PROJET E-BENIN ; CREATION DE
L‘AUTORITE DE REGULATION DES COMMUNICATIONS
ELECTRONIQUES
(ASPECTS INSTITUTIONNELS ET FONCTIONNELS), PLAN STRATEGIQUE, OUTILS
DE REGULATION ET PREPARATION DE
DAO POUR L‘ACQUISITION DE MATERIELS DE CONTROLE DE QUALITE
Vorgesehene Leistung:
- Unterstützung zur Einrichtung einer Telekom-Regulierungsbehörde
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
La République du Bénin a obtenu auprès
de l‘Association internationale de développement (IDA), un don d‘un montant de
quinze millions (15.000.000) de dollars des
Etats-Unis, et a l‘intention d‘utiliser une
partie du montant de ce financement pour
effectuer les paiements au titre du contrat
suivant « la sélection d‘un consultant (cabinet) pour la création de l‘Autorité de Régulation des Communications Electroniques
(aspects institutionnels et fonctionnels),
plan stratégique, outils de régulation et
Activité 1: Appui à la création de l‘ARCEP
Une attention particulière sera attachée
aux aspects institutionnels et fonctionnels
pour mettre en place une autorité de régulation indépendante, qui puisse réguler un
secteur en pleine mutation. Le consultant
se basera sur les projets développés par
l‘Autorité Transitoire de Régulation des
Postes et Télécommunications et le
Ministère en charge des communications
pour finaliser les instruments nécessaires à
la mise en place effective de l‘autorité définitive.
Plus précisément, le consultant devra
entreprendre les activités suivantes:
1. Volet institutionnel:
(a) Finaliser un organigramme précis de
l‘ARCEP reprenant ses différents départements et services: tenir compte de l‘effectif
du personnel actuel de l‘ATRPT pour faire
une estimation du nombre de personnes
restant éventuellement à engager pour
chaque département / service de l‘ARCEP
et une description des tâches qui leur
seront dévolues;
(b) Identifier pour chaque poste les qualifications requises;
(c) Finaliser le manuel de procédures et
d‘organisation, à savoir, les procédures de
base relatives à l‘administration interne de
l‘ARCEP et au processus de prise de décisions en matière de régulation ;
(d) Définir les tâches incombant aux divers
départements / services et celles devant
être externalisées (ex: tests pour agrément
de terminaux, analyses sectorielles) ;
(e) Proposer un mode de calcul des salaires et autres avantages afin d‘attirer des
candidats compétents;
(f) Proposer des règles de recrutement et
de désignation du personnel permettant
d‘assurer l‘autonomie de l‘Autorité de
Régulation et la primauté des critères de
compétence en matière de sélection;
(g) Proposer au gouvernement un règlement intérieur pour l‘ARCEP;
(h) Finaliser les autres textes juridiques
nécessaires au bon fonctionnement de
l‘ARCEP (décrets, arrêtés etc., ce qui peut
figurer dans de simples circulaires administratives etc.).
2. Volet fonctionnel (ressources financières, humaines):
Le consultant devra:
(a) Proposer les principes d‘un système
budgétaire de fonctionnement de l‘ARCEP
(le système budgétaire devant inclure les
coûts liés aux activités externalisées);
(b) Identifier les besoins de financement
permettant à l‘Autorité de Régulation de
mener à bien ses missions, ainsi que les
mit Content von
NfA
Auslandsausschreibungen
sources de financement permettant
l‘autonomie financière à terme, le partage
et l‘affectation des revenus (ex: les fonds
mobilisés au titre de l‘accès universel devront être affectés à des expériences rurales
ou périurbaines et non au fonctionnement
de l‘Autorité). Les recommandations devront être basées sur les meilleures pratiques observées au niveau international en
matière de financement publique et de
régulation;
(c) Etablir un budget détaillé prévisionnel
correspondant aux trois premières années
de fonctionnement de l‘Autorité et mettre
en place un mécanisme budgétaire transitoire ;
(d) Proposer et mettre en place un système
comptable transitoire (y compris les procédures administratives, comptables et financières) pour l‘Autorité de Régulation pour
lui permettre notamment de facturer ses
prestations et de gérer sa base de clients.
(e) Définir les besoins en assistance technique de l‘ARCEP
(f) Préparer et chiffrer un programme de
formation continue pour le personnel de
l‘ARCEP. Ce programme devrait porter sur
les questions de réglementation. Il pourrait
comprendre des visites auprès d‘instances
de réglementation à l‘étranger et la fourniture de cours réguliers, participation à des
cycles de formation dans la sous région et
possibilité de « jumelage » avec des autorités de régulation dans la sous région. Le
consultant devra présenter un menu
d‘options, identifier les sources de financement et proposer les démarches nécessaires pour la mise en æuvre du programme
(g) Etre chargé avec l‘équipe de la Banque
de délivrer une semaine de formation du
personnel de l‘ARCEP. La formation sera
réalisée à Cotonou pour augmenter les
impacts de la formation sur des audiences
plus étendues qui comporteraient les
agents de l‘ARCEP, les opérateurs, les
agents du ministère et toute partie intéressée sur les différents aspects juridiques,
réglementaires et économiques spécifiques au secteur des télécommunications,
TIC et poste.
Activité 2: Elaboration d‘un plan stratégique et des outils de régulation pour
l‘ARCEP
(a) Identifier et proposer un plan d‘exécution
pour l‘ensemble des tâches restant à exécuter pour le bon fonctionnement du régulateur, ainsi que des termes de référence
pour les différentes tâches à mener si
nécessaire;
(b) Doter l‘ARCEP d‘un plan stratégique
quinquennal et des outils de régulation
nécessaires à sa réalisation ;
(c) Définir un calendrier réglementaire soulignant les actions prioritaires et les études
nécessaires pour mener a bien la fonction
de régulation à court et moyen termes ;
(d) Finaliser une stratégie d‘entreprise y
compris la définition de la mission du Con-
Freitag, 04. November 2011 |
seil de Régulation et les modalités de son
interaction avec la Direction Générale de
l‘ARCEP, le Ministère de tutelle et avec les
autres entités institutionnelles ;
(e) Elaborer les outils de régulation nécessaires pour assurer une régulation effective
du secteur. Ces outils pourront concerner
les domaines d‘interconnexion, partage
d‘infrastructure, le marche du gros, tarification, etc. La liste finale des outils de régulation à élaborer sera arrêtée sur la base du
plan stratégique pour l ‚ARCEP
Activité 3: Préparation de DAO pour
l‘acquisition de matériel de contrôle de
qualité
Le consultant devra:
(a) Elaborer les spécifications techniques
relatives à l‘acquisition de matériel de contrôle de qualité en tenant compte des
besoins émis
(b) Préparer le DAO pour l‘acquisition de
matériel de contrôle de qualité
Un Cabinet sera sélectionné par la méthode de Sélection Fondée sur la Qualité et le
Coût en accord avec les procédures définies dans les Directives: Sélection et Emploi de Consultants par les Emprunteurs de
la Banque mondiale (h), mai 2004, révisé
en octobre 2006.
Le Ministère de la Communication et des
Technologies de l‘Information et de la
Communication invite les candidats admissibles à manifester leur intérêt pour fournir
les services décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils sont qualifiés pour
exécuter les services (brochures, références concernant l‘exécution de contrats
analogues, expériences dans des conditions semblables, disponibilité des connaissances nécessaires parmi le personnel
(CV) et pour les cabinets nationaux: une
copie du registre de commerce, une copie
de l‘attestation IFU, une copie de
l‘attestation de non faillite, une copie de
l‘attestation fiscale, etc.).
Les consultants peuvent s‘associer pour
renforcer leurs compétences respectives.
Les consultants intéressés peuvent obtenir
des informations supplémentaires en contactant le Coordonnateur du Projet par
email ou par téléphone du lundi au vendredi de 10h00 à 17h00.
Les manifestations d‘intérêt rédigées en
français doivent être déposées sous plis en
deux (02) exemplaires ou par courrier électronique à l‘adresse ci-dessous au plus
tard le vendredi 18 novembre 2011 avant
10h00 (heure de Cotonou) avec la mention
ci-après:
« Manifestation d‘Intérêt pour la sélection
d‘un consultant (cabinet) pour la création
de l‘Autorité de Régulation des Communications Electroniques (aspects institutionnels et fonctionnels), plan stratégique,
outils de régulation et préparation de DAO
pour l‘acquisition de matériels de contrôle
de qualité»
Seite 9
Adresse de dépôt:
Secrétariat du Projet e-Bénin sis sur
l‘Avenue du Canada à l‘angle droit avant
les rails en allant vers l‘étoile rouge, au 3è
étage.
Attn: Monsieur Olivier B. CAPO-CHICHI,
Coordonnateur du Projet e-Bénin .
01 BP 4024, Cotonou, République du
Bénin.
Fax: (229) 21 30 12 58.
Tél bureau: (229-21) 30-12-53.
Cell: (229-90) 02-79-46.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
INFORMATIONS- UND
TELEKOMMUNIKATIONSTECHNOLOGIE
Termin: 2011-11-16
Land: Benin
Ref-Nr: Manifestation d‘intérêt, Avis
No. 3110-1/11/MCTIC/PeB/
COORD/SGF/SPM du 31
octobre 2011
Interne bfai-Nr: 11021106
Betrifft: PROJET E-BENIN ; SELECTION
D‘UN CONSULTANT (CABINET) POUR LA
DEFINITION DE LA STRATEGIE ET PLAN
D‘ACTIONS ACCES UNIVERSEL TELECOM ET TIC ET MISE EN &Oelig;UVRE DE
PROJETS PILOTES EN REPUBLIQUE DU
BENIN
Vorgesehene Leistung:
- Entwicklung einer Strategie und eines
Aktionsplans zur Einführung von Informations- und Telekommunikationstechnologie und Durchführung von Pilotvorhaben
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
La République du Bénin a obtenu auprès
de l‘Association internationale de développement (IDA), un don d‘un montant de
quinze millions (15.000.000) de dollars des
Etats-Unis, et a l‘intention d‘utiliser une
partie du montant de ce financement pour
effectuer les paiements au titre du contrat
suivant « la sélection d‘un consultant (cabinet) pour la définition de la stratégie et plan
d‘actions Accès Universel télécom et TIC
et mise en æuvre de projets pilotes en
République du Bénin ».
Dans le cadre de cette consultation, les
services du consultant comprennent
notamment les tâches suivantes:
Faire l‘état des lieux des télécommunications et des TIC en République du Bénin
Il s‘agira pour le consultant de faire une
revue exhaustive des services de communication existants au Bénin en se basant
sur les informations qui lui seront fournies
par l‘ensemble des acteurs et opérateurs
du secteur.
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 | Seite 10
Identifier les communes auxquelles l‘accès
au service universel sera destiné.
La desserte des communes non desservies ;
Le consultant devra déterminer en tenant
compte des 77 communes dénombrées au
Bénin, les régions et les zones non desservies pour permettre de dégager un ordre
de priorité dans la mise en æuvre de la
stratégie d‘accès universel. Pour cela, il
tiendra compte, dans la mesure du possible, des données de population et densité,
de la présence d‘infrastructures en électricité, eau et postes, de la présence
d‘infrastructures sociales (écoles, centres
de santé, centre religieux) et économiques
et de l‘éloignement par rapport aux infrastructures existantes de télécommunications.
La viabilité/rentabilité commerciale: communes commercialement viables, communes non commercialement viables. En
effet, le consultant devra distinguer, d‘une
part les régions dans lesquelles les solutions technologiques et institutionnelles
peuvent être déjà appliquées sur des
bases commerciales quoique nécessitant
des aménagements réglementaires, et
d‘autre part les régions dont les caractéristiques socio-économiques peuvent nécessiter une période d‘expérimentation, voire
une subvention avant d‘en arriver à une
phase de rentabilité financière (un accent
devra être mis sur les conditions nécessaires pour assurer la pérennité des structures). Les actions prévues dans le plan
devraient tenir compte de l‘environnement
local et être suffisamment précises, claires
et applicables.
Le consultant devra quantifier de manière
indicative le coût approximatif de desserte
de ces communes selon les différentes
technologies (satellite, mobile, réseau filaire ou combinaison). Il tiendra compte des
expériences pertinentes de l‘opérateur historique BENIN TELECOM SA. Cela permettra notamment de définir de manière
indicative les niveaux de trafic à atteindre
et/ou la taille des subventions à mettre en
place pour rendre ces dessertes viables
financièrement.
Définir le cadre règlementaire de l‘accès au
service universel
Le consultant fera des propositions relatives aux dispositions réglementaires devant
être élaborées pour faciliter un meilleur
accès au service universel et à des coûts
abordables.
Assister le gouvernement dans la préparation et la finalisation d‘une stratégie
d‘accès au service universel en milieu rural,
dans les communes non desservies ou mal
desservies.
Le consultant devra proposer une stratégie
de mise en æuvre du service universel.
Cette stratégie sera validée lors d‘un atelier
national qu‘il organisera et animera. Les
participants à cet atelier seront des acteurs
clés (secteur privé, associations communautaires ou villageoises, Organisations
Non Gouvernementales (ONG), universitaires, chercheurs, Municipalités, etc.).
Proposer un plan d‘actions de mise en
æuvre de la stratégie d‘accès au service
universel
Ce plan devra:
Comporter les objectifs quantitatifs du programme de desserte et le coût de réalisation associé, les démarches d‘éducation et
de sensibilisation de la population. Il devra
être défini en tenant compte de la durée
d‘exécution du projet (l‘évaluation du coût
du plan d‘action se basant sur le même
horizon temporel).
Tenir compte en particulier des plans de
développement des opérateurs notamment en matière de couverture.
Par ailleurs, ce plan d‘actions devra varier
autour des deux axes suivants:
Mettre en place un mécanisme de suiviévaluation
Assister le gouvernement dans la réalisation d‘opérations pilotes
L‘assistance portera sur les éléments suivants:
Etablir une liste préliminaire de projets
potentiels, structurée autour des cibles
identifiées dans la stratégie d‘accès Universel
Déterminer le champ des projets pilotes
ainsi que le type des services (téléphonie
publique, Internet, développement de contenu local..), le nombre de localités à inclure dans chacun des projets
Calculer le coût approximatif de chaque
projet et ses besoins probables de subvention
Préparer et finaliser le dossier d‘appel
d‘offres pour l‘octroi d‘une ou de plusieurs
licences pour desservir la ou les zones
pilotes retenues
Préparer la convention, le cahier des charges et les accords d‘interconnexion
Définir le coût estimatif des subventions
Préparer une série d‘indicateurs de performance pour mesurer l‘impact du programme pilote
Elaborer les instruments légaux, règlementaires et institutionnels pour la mise en
æuvre du plan d‘actions
Ces instruments concernent les éléments
suivants:
Instruments pour l‘opérationnalisation du
fonds d‘accès Universel ;
Cahier de charges pour les licences rurales
;
Autres instruments règlementaires nécessaires pour le succès des projets pilotes.
Un Cabinet sera sélectionné par la méthode de Sélection Fondée sur la Qualité et le
Coût en accord avec les procédures définies dans les Directives: Sélection et Emploi de Consultants par les Emprunteurs de
la Banque mondiale (h), mai 2004, révisé
en octobre 2006.
Le Ministère de la Communication et des
Technologies de l‘Information et de la
Communication invite les candidats admissibles à manifester leur intérêt pour fournir
les services décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils sont qualifiés pour
exécuter les services (brochures, références concernant l‘exécution de contrats
analogues, expériences dans des conditions semblables, disponibilité des connaissances nécessaires parmi le personnel
(CV) et pour les cabinets nationaux: une
copie du registre de commerce, une copie
de l‘attestation IFU, une copie de
l‘attestation de non faillite, une copie de
l‘attestation fiscale, etc.).
Les consultants peuvent s‘associer pour
renforcer leurs compétences respectives.
Les consultants intéressés peuvent obtenir
des informations supplémentaires en contactant le Coordonnateur du Projet par
email ou par téléphone du lundi au vendredi de 10h00 à 17h00.
Les manifestations d‘intérêt rédigées en
français doivent être déposées sous plis en
deux (02) exemplaires ou par courrier électronique à l‘adresse ci-dessous au plus
tard le mercredi 16 novembre 2011 avant
10h00 (heure de Cotonou) avec la mention
ci-après:
«Manifestation d‘Intérêt pour la sélection
d‘un consultant (cabinet) pour la définition
de la stratégie et plan d‘actions Accès Universel télécom et TIC et mise en æuvre de
projets pilotes en République du Bénin»
Adresse de dépôt:
Secrétariat du Projet e-Bénin sis sur
l‘Avenue du Canada à l‘angle droit avant
les rails en allant vers l‘étoile rouge, au 3è
étage.
Attn: Monsieur Olivier B. Capo-Chichi,
Coordonnateur du Projet e-Bénin .
01 BP 4024, Cotonou, Bénin.
Tél bureau: (229-21) 30-12-53.
Fax: (229-21) 30-12-58.
Cell: (229-90) 02-79-46.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
ELEKTRONISCHE
VER WALTUNG
Termin: 2011-11-23
Land: Benin
Ref-Nr: Manifestation d‘intérêt, Avis
No. 3110-3/11/MCTIC/PeB/
COORD/SGF/SPM du 31
octobre 2011
Interne bfai-Nr: 11021105
Betrifft: PROJET E-BENIN ; SELECTION
D‘UN CONSULTANT (CABINET) POUR LA
REALISATION DE L‘ETUDE POUR LE
PROJET E-GOUVERNEMENT (ARCHITEC-
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 | Seite 11
TURE D‘ENTREPRISE, DATA CENTER,
NORMES ET STANDARD)
d‘interopérabilité pour toutes les applications e-gouvernement
Vorgesehene Leistung:
La surveillance et l‘appropriation des problèmes d‘interopérabilité dans un environnement multiservices et des parties
prenantes, des mécanismes pour veiller au
respect des normes à venir et initiatives de
l‘administration
- Ausarbeitung einer Studie zur Realisierung eines Projektes zur Einführung der
elektronischen Verwaltung (Fragestellung: Interoperabilität, Normen und Standards, Sicherheit etc.)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
La République du Bénin a obtenu auprès
de l‘Association internationale de développement (IDA), un don d‘un montant de
quinze millions (15.000.000) de dollars des
Etats-Unis, et a l‘intention d‘utiliser une
partie du montant de ce financement pour
effectuer les paiements au titre du contrat
suivant « la sélection d‘un consultant (cabinet) pour la réalisation de l‘étude pour le
projet
e-gouvernement
(Architecture
d‘Entreprise, Data center, normes et standard) ».
Dans le cadre de cette consultation, les
services du consultant comprennent
notamment les tâches suivantes:
Volet 1: interopérabilité, normes et standards
Ce premier volet comporte les éléments
suivants:
1. La production un document expliquant
clairement l‘intérêt de l‘interopérabilité
2. La production d‘un document qui renferme les normes et standards des LAN, des
WAN et des équipements électriques,
informatiques, réseaux et de télécommunication de l‘administration publique
3. Le respect de la vie privée, la confidentialité, la sécurité et la protection des données dans la mesure où celles-ci ont des
répercussions sur l‘interopérabilité
4. L‘élaboration de recommandations sur
les dispositions légales et réglementaires
et les changements de politiques qui doivent être mis en place pour assurer le
respect d‘un cadre d‘interopérabilité egouvernement
5. La préparation détaillée d‘un cadre
d‘interopérabilité e-gouvernement pour le
Bénin
6. La préparation d‘un plan détaillé
d‘exécution du cadre d‘interopérabilité. Le
plan de mise en æuvre comprendra un
examen des applications, à la lumière du
cadre d‘interopérabilité et déterminera un
plan d‘actions pour la migration de ces
applications pour répondre aux exigences
d‘interopérabilité. Le plan permettra également de formuler des recommandations
sur les modalités d‘organisation et institutionnelles qui seraient le mieux adaptées
pour étendre l‘interopérabilité aux différentes administrations publiques. Les recommandations porteront entre autres sur:
Les structures de gouvernance, les politiques et procédures et les mécanismes de
financement
de
la
conformité
Volet 2: Architecture d‘Entreprise de
l‘Administration publique du Bénin
Ce second volet comporte les éléments
suivants:
1. La production d‘un document expliquant
l‘intérêt d‘une Architecture d‘Entreprise ;
2. L‘examen de l‘état des lieux de l‘existant
avec des propositions sur les meilleures
pratiques internationales en matière
d‘Architecture d‘Entreprise. Le résultat de
l‘examen devra inclure une politique clairement définie sur l‘Architecture d‘Entreprise
et des recommandations sur son adoption
par
les
diverses
structures
de
l‘administration ;
3. La formulation de recommandations
pour les parties prenantes de la gouvernance électronique afin assurer la mise en
æuvre de l‘Architecture d‘Entreprise ;
4. Le développement des capacités au
sein des structures de l‘Etat et dans les
Centres de formation identifiés pour traiter
des questions relatives à l‘Architecture
d‘Entreprise ;
5. L‘organisation du travail en étroite collaboration avec une équipe de professionnels désignée par le Gouvernement pour le
développement de ce qui suit:
(i) Un modèle d‘Architecture d‘Entreprise
pour l‘Administration publique,
(ii) Un plan d‘exécution détaillé pour
l‘Architecture,
(iii) Un guide de mise en æuvre de
l‘Architecture d‘Entreprise à l‘intention de
l‘Administration publique,
(iv) Un projet de textes réglementaires à
mettre en place pour faire respecter
l‘adhésion à l‘Architecture d‘Entreprise,
(v) Des modules de formation sur
l‘Architecture d‘Entreprise pour le personnel technique ainsi que pour les Responsables à divers niveaux,
(vi) Des documents de présentation à distribuer aux développeurs de logiciels, aux
employés de l‘Administration publique et
au grand public sur l‘Architecture
d‘Entreprise,
(vii) La méthodologie d‘évaluation de
l‘Architecture d‘Entreprise et un cadre de
suivi-évaluation de la conformité à
l‘Architecture d‘Entreprise
6. La conduite d‘une série d‘ateliers des
partenaires pour finaliser l‘Architecture
d‘Entreprise pour le Bénin
7. La vulgarisation du modèle d‘Architecture
d‘Entreprise retenu auprès des formateurs
provenant des structures de l‘Administration
publique, des universités et des établisse-
ments d‘enseignement technique. La vulgarisation portera sur l‘Architecture
d‘Entreprise, le plan de mise en æuvre, la
mise en æuvre et le guide sur la méthodologie d‘évaluation et le cadre de suivi-évaluation.
Volet 3: Data center
Ce troisième volet comporte ce qui suit:
Production de plans architecturaux types
détaillés:
--Du bâtiment devant abriter le Data center, répondant aux normes en matière de
construction de Data center doté et
prenant en compte les salles techniques,
les ateliers d‘énergie ;
--Prenant en compte l‘installation des dispositifs de sécurité ;
--De la salle de contrôle ;
Elaboration d‘un plan détaillé des câblages
réseaux (informatique, électrique et froid,
etc.) ;
Elaboration des spécifications techniques
des équipements à mettre en place ;
Elaboration des normes et directives de
mise en æuvre du Système d‘information:
--Administration du Système
--Environnement fonctionnel
--Bases de Données
--Applications spécifiques et spécialisées
--Intégration des applications existantes
--Mécanisme de fédération des applications
--Partage et l‘échange de ressources.
Un Cabinet sera sélectionné par la méthode de Sélection Fondée sur la Qualité et le
Coût en accord avec les procédures définies dans les Directives: Sélection et Emploi de Consultants par les Emprunteurs de
la Banque mondiale (h), mai 2004, révisé
en octobre 2006.
Le Ministère de la Communication et des
Technologies de l‘Information et de la
Communication invite les candidats admissibles à manifester leur intérêt pour fournir
les services décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils sont qualifiés pour
exécuter les services (brochures, références concernant l‘exécution de contrats
analogues, expériences dans des conditions semblables, disponibilité des connaissances nécessaires parmi le personnel
(CV) et pour les cabinets nationaux: une
copie du registre de commerce, une copie
de l‘attestation IFU, une copie de
l‘attestation de non faillite, une copie de
l‘attestation fiscale, etc.).
Les consultants peuvent s‘associer pour
renforcer leurs compétences respectives.
Les consultants intéressés peuvent obtenir
des informations supplémentaires en contactant le Coordonnateur du Projet par
email ou par téléphone du lundi au vendredi de 10h00 à 17h00.
mit Content von
NfA
Auslandsausschreibungen
Les manifestations d‘intérêt rédigées en
français doivent être déposées sous plis en
deux (02) exemplaires ou par courrier électronique à l‘adresse ci-dessous au plus
tard le mercredi 23 novembre 2011 avant
10h00 (heure de Cotonou) avec la mention
ci-après: «Manifestation d‘Intérêt pour la
sélection d‘un consultant (cabinet) pour la
réalisation de l‘étude pour le projet e-gouvernement (Architecture d‘Entreprise, Data
center, normes et standard)»
Adresse de dépôt:
Secrétariat du Projet e-Bénin sis sur
l‘Avenue du Canada à l‘angle droit avant
les rails en allant vers l‘étoile rouge, au 3è
étage.
Attn: Monsieur Olivier B. CAPO-CHICHI,
Coordonnateur du Projet e-Bénin .
01 BP 4024, Cotonou, République du
Bénin.
Fax: (229) 21 30 12 58.
Tél bureau: (229-21) 30-12-53.
Cell: (229-90) 02-79-46.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
FORSTWIRTSCHAFTLICHES
INFORMATIONSSYSTEM
Termin: 2011-11-15
Land: Brasilien
Interne bfai-Nr: 11021036
Betrifft: MONITORING SYSTEM FOR
FOREST CONCESSION ; CONSULTING
SERVICES
Vorgesehen:
- Entwicklung einer Web-Anwendung für
die Vergabe von forstwirtschaftlichen
Konzessionen mit Informationsmodule
für das Fällen und Rücken von Bäumen
und Stämmen durch Vertragsunternehmen, In über Holzausschuss („breakdown“) in industriellen Verarbeitungsbetrieben und die Einsicht in forstwirtschaftliche Dokumentenoriginale sowie
ein Managementsystem für die Standortverfolgung von Fahrzeugen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 15 November 2011
Econsult selection no. 1053032
ASSIGNMENT DESCRIPTION:
The objective of this consultancy is to hire
services to develop and improve the web
application that consists of four modules,
namely:
1) Module production where information is
received about cutting and moving trees
and logs in dealerships;
2) Processing module where information is
received on the breakdown of wood in
industrial processing units linked to forest
concessions;
Freitag, 04. November 2011 | Seite 12
3) Integration module which purpose is to
access information in the Original Forestry
Document;
4) Module for management of collected
information with the objective of integrated
management of vehicle tracking data from
distinct companies.
INDIVIDUAL / FIRM PROFILE: The consultant will be a firm.
SUBMISSION REQUIREMENTS:
The World Bank now invites eligible consultants to indicate their interest in providing the services. Interested consultants
must provide information indicating that
they are qualified to perform the services
(brochures, description of similar assignments, experience in similar conditions,
availability of appropriate skills among
staff, etc. for firms; CV and cover letter for
individuals). Please note that the total size
of all attachments should be less than
5MB. Consultants may associate to enhance their qualifications.
Interested consultants are hereby invited to
submit expressions of interest.
Expressions of Interest should be submitted, in English, electronically through World
Bank Group eConsultant2 (https://wbgeco
nsult2.worldbank.org/wbgec/index.html)
Following this invitation for Expression of
Interest, a shortlist of qualified firms will be
formally invited to submit proposals. Shortlisting and selection will be subject to the
availability of funding.
QUALIFICATION CRITERIA:
1. Provide information showing that they
are qualified in the field of the assignment.
2. Provide information on the technical and
managerial capabilities of the firm.
3. Provide information on their core business and years in business.
4. Provide information on the qualifications
of key staff.
Electronic Submissions through World
Bank Group eConsultant2.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING, UMWELTSCHUTZNORMEN BEIM
STRAßENBAU
Termin: 2011-11-29
Land: Brasilien
Ref-Nr: Convite No LPI 008/2011-CI,
Solicitação de Manifestação
de Interesse
Interne bfai-Nr: 11021094
Betrifft: PROJETO RODOANEL MARIO
COVAS - TRECHO NORTE ; SUPERVISÃO,
MONITORAMENTO E ACOMPANHAMENTO AMBIENTAL DAS OBRAS
Vorgesehen:
- Überwachung der Einhaltung der
Umweltvorschriften beim Bau des
Abschnitt Nords, der Ringstraße Mario
Covas
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
O Estado do São Paulo solicitou financiamento do Banco Interamericano de Desenvolvimento (BID) por montante equivalente
a US$ 1.148.633.000, e se propõe a utilizar
uma parcela dos recursos para os pagamentos correspondentes à contratação de
serviços de consultoria no âmbito do
Rodoanel Mario Covas Trecho Norte.
Os serviços compreendem serviços técnicos especializados de supervisão, monitoramento e acompanhamento ambiental
das obras do Trecho Norte do Rodoanel
Mario Covas.
Os serviços visam o cumprimento das
recomendações do EIA/RIMA e das medidas mitigadoras dos impactos ambientais
acordados com as autoridades ambientais
durante o processo de licenciamento
ambiental. Além disso, a Consultora
deverá assessorar a DERSA em todos os
aspectos técnicos e legais relativos ao
cumprimento da legislação ambiental. Os
trabalhos da Consultora serão exercidos
majoritariamente pela inspeção de campo
nas frentes de obra e nas instalações das
construtoras encarregadas de realizá-las.
O Programa tem como finalidade a implantação do Rodoanel Mario Covas - Trecho
Norte, compreendido entre o Trecho Oeste
em operação e o Trecho Leste a ser implantado simultaneamente ao Trecho Norte,
numa extensão de aproximadamente 44
km.
Considerando a importância e o vulto das
intervenções previstas, os consultores
interessados deverão possuir experiência
em em supervisão ambiental de implantação de empreendimentos de grande porte,
especialmente rodovias, implementados
em regiões sensíveis ambientalmente.
Os consultores serão selecionados de
acordo com os procedimentos previstos
nas Políticas para a Seleção e Contratação
de Consultores Financiados pelo Banco
Interamericano
de
Desenvolvimento,
edição atual.
A Dersa Desenvolvimento Rodoviário S.A.
convida os consultores elegíveis de acordo
com essas Políticas a manifestar interesse
em relação à prestação dos serviços solicitados. Os consultores interessados deverão fornecer informações que demonstrem
suas qualificações para fornecer os serviços (folhetos, descrição de trabalhos similares, experiência em condições similares,
disponibilidade de pessoal que tenha os
conhecimentos pertinentes, etc.). Os consultores poderão associar-se a fim de melhorar suas qualificações.
Os consultores interessados poderão
obter informações adicionais no endereço
indicado abaixo, no período das 9 às 12 e
das 14 às 17 horas.
mit Content von
NfA
Auslandsausschreibungen
As manifestações de interesse deverão ser
recebidas até as 17:00 horas do dia 29 de
novembro de 2011 no seguinte endereço:
Dersa Desenvolvimento Rodoviário S.A..
A/C: Osvaldo Spuri, Coordenador da UCP.
Rua Iaiá, 126 - Itaim Bibi 4º andar - AF/
DELIC.
CEP 04542-906 - São Paulo SP - Brasil.
Tel: (55-11) 3702-8000.
Fax: (55-11) 3702-8151.
E-mail: [email protected].
gov.br.
Website: www.dersa.sp.gov.br
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
ÜBER WACHUNG,
RINGSTRAßENBAU
Termin: 2011-11-29
Land: Brasilien
Ref-Nr: Projeto No BR-L1296
Interne bfai-Nr: 11021093
Betrifft: PROJETO RODOANEL MARIO
COVAS - TRECHO NORTE ; FISCALIZAÇÃO, SUPERVISÃO E ACOMPANHAMENTO DAS OBRAS DE CONSTRUÇÃO
Vorgesehen:
- Überwachung des Baus des Abschnitts
Nord der Ringstraße Mario Covas sowie
der Einhaltung der Qualitätsnormen der
Straßenbaubehörden
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
O Estado do São Paulo solicitou financiamento do Banco Interamericano de Desenvolvimento (BID) por montante equivalente
a US$ 1.148.633.000, e se propõe a utilizar
uma parcela dos recursos para os pagamentos correspondentes à contratação de
serviços de consultoria no âmbito do Projeto Rodoanel Mario Covas Trecho Norte.
Os serviços compreendem serviços técnicos especializados de Engenharia para
apoio a fiscalização, supervisão e acompanhamento das obras de construção do
Trecho Norte do Rodoanel Mario Covas.
As atividades a serem desenvolvidas têm
como finalidade garantir a implantação das
obras, em conformidade com os projetos,
dentro do controle de qualidade orientado
de acordo com as especificações técnicas
da DERSA e das normas que orientam a
realização dos trabalhos, e alertar a DERSA
quanto às condições de cumprimento dos
cronogramas físico e financeiro das obras.
O Programa tem como finalidade a implantação do Rodoanel Mario Covas - Trecho
Norte, compreendido entre o Trecho Oeste
em operação e o Trecho Leste a ser implantado simultaneamente ao Trecho Norte,
numa extensão de aproximadamente 44
km.
Considerando a importância e o vulto das
intervenções previstas, os consultores
Freitag, 04. November 2011 | Seite 13
interessados deverão possuir experiência
em fiscalização e supervisão de obras de
implantação de empreendimentos de
grande porte, especialmente no campo
rodoviário.
Os consultores serão selecionados de
acordo com os procedimentos previstos
nas Políticas para a Seleção e Contratação
de Consultores Financiados pelo Banco
Interamericano
de
Desenvolvimento,
edição atual.
A Dersa Desenvolvimento Rodoviário S.A.
convida os consultores elegíveis de acordo
com essas Políticas a manifestar interesse
em relação à prestação dos serviços solicitados. Os consultores interessados deverão fornecer informações que demonstrem
suas qualificações para fornecer os serviços (folhetos, descrição de trabalhos similares, experiência em condições similares,
disponibilidade de pessoal que tenha os
conhecimentos pertinentes, etc.). Os consultores poderão associar-se a fim de melhorar suas qualificações.
Os consultores interessados poderão
obter informações adicionais no endereço
indicado abaixo, no período das 9 às 12 e
das 14 às 17 horas.
As manifestações de interesse deverão ser
recebidas até as 17:00 horas do dia 29 de
novembro de 2011 no seguinte endereço:
Dersa Desenvolvimento Rodoviário S.A..
A/C: Osvaldo Spuri, Coordenador da UCP.
Rua Iaiá, 126 - Itaim Bibi 4º andar - AF/
DELIC.
CEP 04542-906 - São Paulo SP - Brasil.
Tel: (55-11) 3702-8000.
Fax: (55-11) 3702-8151.
E-mail: [email protected].
gov.br.
Website: www.dersa.sp.gov.br
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
(RECRUTEMENT d‘un BUREAU DETUDES)
CONSULTING,
KOMMUNALE ABWASSERWIRTSCHAFT
3. L‘identification des offres de formation
pour un renforcement approprié des capacités
Termin: 2011-11-17
Land: Burkina Faso
Ref-Nr: Réf.: WSP-Burkina/59/008;
Réf.: ETW AF/BUR/59: Appui
á la mise en oeuvre de la
stratégie et du plan d‘action
pour l‘atteinte des OMD dans
le secteur le l‘Eau et de
l‘Assainissement au Burkina
Faso; Demande à manifestation d‘intérêt
Interne bfai-Nr: 11021097
Betrifft: EVALUATION DES COMPÉTENCES LOCALES ET ÉLABORATION
D‘UN PROGRAMME DE RENFORCEMENT
DES CAPACITÉS EN ASSAINISSEMENT
DANS 23 CENTRES ONEA AU BURKINA
FASO ; SERVICE DE CONSULTANTS
Vorgesehene Leistung:
- Beurteilung der aktuellen Kapazitäten im
Abwassersektor von 23 Kommunen des
Landes und Entwicklung eines Programms zur Verbesserung der Leistungsfähigkeit
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 17 November 2011
Econsult selection no. 1053305
Le Ministère de l‘Agriculture, de l Hydraulique et des Ressources Halieutiques
bénéficie de l‘appui du Programme pour
l‘Eau et l‘Assainissement Région d‘Afrique
(PEA-AF) de la Banque Mondiale dans la
mise en oeuvre de sa stratégie et du plan
d‘action pour l‘atteinte des OMD dans le
secteur le l‘Eau et de l‘Assainissement.
Aussi et en étroite collaboration avec la
Direction Générale de l‘Office National de
l‘Eau et de l‘Assainissement (ONEA) dudit
Ministère et dans le cadre de la mise en
oeuvre
du
Programme
National
d‘Approvisionnement en Eau Potable et
d‘Assainissement (PN-AEPA) á l‘horizon
2015 des OMD adopté par le Gouvernement en décembre 2006, le PEA (ou WSP)
envisage de financer les services de consultants décrits ci-dessous sur les fonds
du Trust Fund # TF 092246.
Les services du consultant envisagés portent sur l‘évaluation des compétences
locales et élaboration d‘un programme de
renforcement des capacités en assainissement dans 23 centres ONEA au Burkina
Faso et comportent:
1. L‘évaluation des capacités actuelles du
secteur de l‘Assainissement dans chaque
commune tout en mettant en relief, entre
autres, le gap, les forces et opportunités;
2. Le développement d‘un programme de
renforcement des capacités des acteurs
locaux permettant, entre autres, d‘exploiter
les opportunités et juguler le gap.
La prestation intègrera la recherche et
l‘exploitation documentaire, les enquêtes
et prestations de terrain, des séances de
restitution et la production des documents
finaux après des séances de validation.
Le travail se déroulera sur une durée totale
de quatre (4) mois pour compter du mois
de Février 2012
La planification des tâches et la mobilisation des ressources humaines devront être
conduites de manière rigoureuse pour tenir
les délais.
Les candidats admissibles sont invités à
manifester leur intérêt à fournir les services
décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils sont qualifiés pour exécuter
les services (brochures, références con-
mit Content von
NfA
Auslandsausschreibungen
cernant l‘exécution de contrats analogues,
expérience dans des conditions semblables, disponibilité des connaissances nécessaires parmi le personnel, etc.). Les consultants peuvent s‘associer pour renforcer
leurs compétences respectives.
Pour être admissible, le candidat doit disposer de compétences avérées en développement local (dont notamment dans le
développement institutionnel des municipalités), en évaluation et renforcement des
capacités (dont notamment en ingénierie
de la formation) dans les pays en voie de
développement. Il devra également avoir
une bonne connaissance du secteur de
l‘Eau Potable et de l‘Assainissement dont
notamment les questions d‘hygiène et
d‘Assainissement au Burkina Faso.
Les consultants seront sélectionnés en
accord avec les procédures définies dans
les Directives: Sélection et Emploi de Consultants par les Emprunteurs de la Banque
mondiale (h), édition courante.
Les consultants intéressés peuvent obtenir
des informations supplémentaires au sujet
des documents de référence à l‘adresse cidessous et aux heures suivantes: de 8:00 à
12:30 et de 15:00 á 17:30 heures locales
Burkina Faso
- Mr. Seydou TRAORE
Programme Eau et Assainissement Région
d‘Afrique (PEA-AF)
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba
Ouagadougou- Burkina Faso
Tél +226-50496300
e-mails: [email protected] avec
copie à: [email protected]
- Mr. Harouna Y. OUIBIGA
Directeur Général de l‘ONEA
Ouagadougou- Burkina Faso 01
Tél: +226 50431900 á 08
e-mails: [email protected] avec copie à: f
[email protected]
Les manifestations d‘intérêt seront rédigées en langue française et devront être
déposées au plus tard le Jeudi 17 Novembre 2011 à 12:00 (heure de Ouagadougou):
Soit par courrier, à l‘adresse ci-dessous:
WSP,
A l‘attention de Monsieur Seydou TRAORE
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba
Ouagadougou, Burkina Faso
Soit (simultanément) par voie électronique
à lune des adresses suivantes ou aux deux
adresses:
E-mail: [email protected]
http://www.worldbank.org/wbgeconsultant
QUALIFICATION CRITERIA
Freitag, 04. November 2011 | Seite 14
1. Provide information showing that they
are qualified in the field of the assignment.
2. Provide information on the technical and
managerial capabilities of the firm.
3. Provide information on their core business and years in business.
4. Provide information on the qualifications
of key staff.
Mr. Seydou TRAORE.
Programme Eau et Assainissement Région
d‘Afrique (PEA-AF).
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba.
Ouagadougou- Burkina Faso.
Tél +226-50496300.
E-mails: [email protected] avec
copie à: [email protected].
Mr. Harouna Y. OUIBIGA.
Directeur Général de l‘ONEA.
Ouagadougou- Burkina Faso 01.
Tél: +226 50431900 á 08.
E-mail: [email protected] avec copie à: f
[email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING, ABWASSERWIRTSCHAFT
Termin: 2011-11-17
Land: Burkina Faso
Ref-Nr: Réf.: WSP-Burkina/59/009;
Réf.: ETW AF/BUR/59: Appui
á la mise en oeuvre de la
stratégie et du plan d‘action
pour l‘atteinte des OMD dans
le secteur le l‘Eau et de
l‘Assainissement au Burkina
Faso; Demande à manifestation d‘intérêt s
Interne bfai-Nr: 11021096
Betrifft: EVALUATION DES COMPETENCES LOCALES ET ELABORATION
D‘UN PROGRAMME DE RENFORCEMENT
DES CAPACITES EN ASSAINISSEMENT
DANS 29 CENTRES ONEA AU BURKINA
FASO ; SERVICE DE CONSULTANTS
(RECRUTEMENT d‘un BUREAU DETUDES)
Vorgesehene Leistung:
- Beurteilung der aktuellen Kapazitäten im
Abwassersektor von 29 Kommunen des
Landes und Entwicklung eines Programms zur Verbesserung der Leistungsfähigkeit
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Le Ministère de l‘Agriculture, de l Hydraulique et des Ressources Halieutiques
bénéficie de l‘appui du Programme pour
l‘Eau et l‘Assainissement Région d‘Afrique
(PEA-AF) de la Banque Mondiale dans la
mise en oeuvre de sa stratégie et du plan
d‘action pour l‘atteinte des OMD dans le
secteur le l‘Eau et de l‘Assainissement.
Aussi et en étroite collaboration avec la
Direction Générale de l‘Office National de
l‘Eau et de l‘Assainissement (ONEA) dudit
Ministère et dans le cadre de la mise en
oeuvre
du
Programme
National
d‘Approvisionnement en Eau Potable et
d‘Assainissement (PN-AEPA) á l‘horizon
2015 des OMD adopté par le Gouvernement en décembre 2006, le PEA (ou WSP)
envisage de financer les services de consultants décrits ci-dessous sur les fonds
du Trust Fund # TF 092246.
Les services du consultant envisagés portent sur l‘évaluation des compétences
locales et élaboration d‘un programme de
renforcement des capacités en assainissement dans 29 centres ONEA au Burkina
Faso et comportent:
1. L‘évaluation des capacités actuelles du
secteur de l‘Assainissement dans chaque
commune tout en mettant en relief, entre
autres, le gap, les forces et opportunités;
2. Le développement d‘un programme de
renforcement des capacités des acteurs
locaux permettant, entre autres, d‘exploiter
les opportunités et juguler le gap.
3. L‘identification des offres de formation
pour un renforcement approprié des capacités
La prestation intègrera la recherche et
l‘exploitation documentaire, les enquêtes
et prestations de terrain, des séances de
restitution et la production des documents
finaux après des séances de validation.
Le travail se déroulera sur une durée totale
de quatre (4) mois pour compter du mois
de Février 2012
La planification des tâches et la mobilisation des ressources humaines devront être
conduites de manière rigoureuse pour tenir
les délais.
Les candidats admissibles sont invités à
manifester leur intérêt à fournir les services
décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils sont qualifiés pour exécuter
les services (brochures, références concernant l‘exécution de contrats analogues,
expérience dans des conditions semblables, disponibilité des connaissances nécessaires parmi le personnel, etc.). Les consultants peuvent s‘associer pour renforcer
leurs compétences respectives.
Pour être admissible, le candidat doit disposer de compétences avérées en développement local (dont notamment dans le
développement institutionnel des municipalités), en évaluation et renforcement des
capacités (dont notamment en ingénierie
de la formation) dans les pays en voie de
développement. Il devra également avoir
une bonne connaissance du secteur de
l‘Eau Potable et de l‘Assainissement dont
notamment les questions d‘hygiène et
d‘assainissement au Burkina Faso.
Les consultants seront sélectionnés en
accord avec les procédures définies dans
mit Content von
NfA
Auslandsausschreibungen
les Directives: Sélection et Emploi de Consultants par les Emprunteurs de la Banque
mondiale (h), édition courante.
Les consultants intéressés peuvent obtenir
des informations supplémentaires au sujet
des documents de référence à l‘adresse cidessous et aux heures suivantes: de 8:00 à
12:30 et de 15:00 á 17:30 heures locales
Burkina Faso
- Mr. Seydou TRAORE
Programme Eau et Assainissement Région
d‘Afrique (PEA-AF)
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba
Freitag, 04. November 2011 | Seite 15
Mr. Harouna Y. OUIBIGA.
Directeur Général de l‘ONEA.
Ouagadougou- Burkina Faso 01.
Tél: +226 50431900 á 08.
E-mail: [email protected] avec copie à: f
[email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
ARBEITSGESETZBUCH
Directeur Général de l‘ONEA
Termin: 2011-11-16
Land: Burundi
Ref-Nr: Manifestation d‘interet N°P/C/
23/11
Interne bfai-Nr: 11021079
Betrifft: PROJET DEVELOPPEMENT DES
SECTEURS FINANCIER ET PRIVE (PDSFP)
; MODERNISATION DU CODE DU TRAVAIL DU BURUNDI
Ouagadougou- Burkina Faso 01
Vorgesehene Leistung:
Tél: +226 50431900 á 08
- Überarbeitung und Neufassung des
Arbeitsgesetzbuches
Ouagadougou- Burkina Faso
Tél +226-50496300
e-mails: [email protected] avec
copie à: [email protected]
- Mr. Harouna Y. OUIBIGA
e-mails: [email protected] avec copie à: f
[email protected]
Les manifestations d‘intérêt seront rédigées en langue française et devront être
déposées au plus tard le Jeudi 17 Novembre 2011 à 12:00 (heure de Ouagadougou):
Soit par courrier, à l‘adresse ci-dessous:
WSP,
A l‘attention de Monsieur Seydou TRAORE
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba
Ouagadougou, Burkina Faso
Soit (simultanément) par voie électronique
à lune des adresses suivantes ou aux deux
adresses:
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Le Gouvernement du Burundi a reçu un
Don de l‘IDA pour financer le Projet d‘Appui
aux Secteurs Financier et Privé (PSD). Il a
été convenu qu‘une partie de ce Don servira pour payer les services d‘un Consultant
(bureau) chargé de la modernisation du
code de travail du Burundi et ses textes
d‘application.
1. Objet de la Consultation
La présente demande de manifestation
d‘intérêt a pour objet le recrutement d‘un
consultant (bureau) chargé de la modernisation du code du travail du Burundi et ses
textes d‘application.
2. Missions du consultant
E-mail: [email protected]
Le Consultant aura les missions suivantes:
http://www.worldbank.org/wbgeconsultant
Etablir un diagnostic du cadre légal, réglementaire, économique et social de la gestion et de la promotion de l‘emploi et des
relations professionnelles
QUALIFICATION CRITERIA
1. Provide information showing that they
are qualified in the field of the assignment.
2. Provide information on the technical and
managerial capabilities of the firm.
3. Provide information on their core business and years in business.
4. Provide information on the qualifications
of key staff.
Mr. Seydou TRAORE.
Programme Eau et Assainissement Région
d‘Afrique (PEA-AF).
Bureau de la Banque Mondiale, 179, Avenue du Président Saye Zerbo; Zone des
Ambassades, Koulouba.
Ouagadougou- Burkina Faso.
Tél +226-50496300.
E-mail: [email protected] avec
copie à: [email protected].
Rédiger un nouveau code du travail en se
référant aux réalités socio économiques
nationales et aux pratiques internationales
notamment celles de l‘EAC et des conventions internationales ratifiées par le Burundi
Rédiger les textes d‘application du nouveau code du travail
Animer un atelier de validation du nouveau
code de travail et ses textes d‘application
Rédiger le nouveau projet de Code et ses
textes d‘application en tenant compte des
avis et considération de l‘atelier
3. Profil du consultant et Dossier à présenter
Le Consultant recherché devra être un
bureau qui alignera au moins trois Experts:
un juriste, chef de mission, un économiste
et un spécialiste en sécurité et santé du
travail ayant des qualifications suivantes:
Un juriste ayant un diplôme universitaire
(niveau Maîtrise au minimum), avec une
expérience d‘au moins cinq ans dans la
conception et la rédaction des codes du
travail et les textes d‘application
Un économiste ayant un diplôme universitaire (niveau Maîtrise au minimum) avec
une expérience d‘au moins cinq ans dans
le domaine de l‘administration du travail et
de la formation professionnelle
Un spécialiste en santé et sécurité du travail ayant un diplôme universitaire en santé
du travail (niveau Maîtrise au minimum)
avec une expérience d‘au moins cinq ans
dans les domaines de la santé et sécurité
du travail.
Les consultants intéressés par cette mission sont priés de fournir toutes les informations indiquant qu‘ils sont qualifiés pour
exécuter les services demandés (brochures, références concernant l‘exécution de
contrats analogues, description des
prestations similaires déjà réalisées tant
par le consultant que les experts alignés,
expériences du consultant applicables à la
mission, ect...). Le dossier à présenter
devra porter expressément la mention: «
Manifestation d‘intérêt pour le recrutement
d‘un consultant (bureau) chargé de la
modernisation du code du travail et ses
textes d‘application.».
4. Mode de sélection et date dépôt des
manifestations d‘intérêt
Le consultant sera sélectionné selon la
méthode de « sélection fondée sur la qualité et le Coût » conformément aux Directives « Sélection et Emploi des Consultants
par les Emprunteurs de la Banque Mondiale », édition 2004 telles que révisées en
octobre 2006 et Mai 2010.
5. Les candidats potentiels satisfaisant aux
critères de provenance sont invités à manifester leur intérêt par écrit au plus tard le 16
novembre 2011 à 17H à l‘adresse ciaprès:
Attn: Monsieur le Coordinateur
Projet de Développement des Secteurs
Privé et financier (PDSFP)
Immeuble SOCAR, jonction Bd de
l‘Indépendance et Avenue d‘Italie
B.P. 1590 Bujumbura, Burundi
Tél: (257) 22 24 9595
Fax: (257) 22 24 9592
E-mail: [email protected]
Site web: www.page.bi
6. Les consultants intéressés peuvent
obtenir des informations à l‘adresse indiquée ci-dessus de 8h00 à 12h00 l‘avantmidi et de 14h00 à 17h00 l‘après-midi. Si la
manifestation d‘intérêt est envoyée par email, il est recommandé d‘envoyer une
copie
aux
adresses
suivantes:
[email protected]
;
[email protected] ; [email protected]
; [email protected].
mit Content von
NfA
Auslandsausschreibungen
Attn: Monsieur le Coordinateur .
Projet de Développement des Secteurs
Privé et financier (PDSFP).
Immeuble SOCAR, jonction Bd de
l‘Indépendance et Avenue d‘Italie .
B.P. 1590 Bujumbura, Burundi.
Tél: (257) 22 24 9595.
Fax: (257) 22 24 9592.
E-mail: [email protected].
Site web: www.page.bi
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
ÖFFENTLICHKEITSARBEIT
(GESUNDHEITSSEKTOR)
Termin: 2011-11-10
Land: Dschibuti
Ref-Nr: Contract No. PROMOTION DE
SANTÉ (DPS)
Interne bfai-Nr: 11021102
Betrifft: FONDS ADDITIONNEL POUR LE
PROJET DE DEVELOPPEMENT DU SECTEUR DE LA SANTE ; RECRUTEMENT
D‘UN CONSULTANT INTERNATIONAL EN
COMMUNICATION POUR LA DIRECTION
DE LA PROMOTION DE SANTE (DPS)
Vorgesehene Leistung:
- Unterstützung des Gesundheitsministeriums zur Verbesserung der Öffentlichkeitsarbeit für Gesundheitsförderung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
I. CONTEXTE DE JUSTIFICATION:
Le profil sanitaire de Djibouti est celui d‘un
pays en développement à forte mortalité,
comme le démontre l‘espérance de vie à la
naissance estimée à 47,0 ans (EDSF/
PAPFAM 2002). Les causes majeures de
morbidité et de mortalité sont représentées
par les pathologies infectieuses (maladies
diarrhéiques, paludisme, maladies respiratoires y compris la tuberculose qui montre
des signes de recrudescence, VIH/SIDA,
etc.). Les principales causes de décès et
d‘hospitalisation des enfants sont la diarrhée, les infections respiratoires aiguës
(IRA), le paludisme et les problèmes nutritionnels.
Les maladies transmissibles restent de très
importantes causes de mortalité et de morbidité à Djibouti, cependant les maladies
non transmissibles, et les traumatismes
représentent 39% de la charge totale de
morbidité et mortalité. Considérant les
conditions socio-économiques et hygiéniques, le manque d‘eau et le personnel peu
qualifié pour y faire face, Djibouti encourt
un grand risque d‘épidémies (OMS, Cadre
de Coopération, 2006- 2011).
La santé a enregistré des avancées positives. En effet, le Taux de Mortalité Infantile
et le Taux de Mortalité Infanto Juvénile sont
respectivement de 67‰ et 94‰. Pour ce
qui concerne le Taux de Mortalité Infantile,
Freitag, 04. November 2011 | Seite 16
l‘objectif du DSRP est déjà dépassé (75‰),
alors que pour le Taux de Mortalité Infanto
Juvénile, celui-ci n‘a pas été atteint
(85‰).
Le taux de vaccination chez les enfants
avant l‘âge de 12 mois varie de 46,2%
(polio 3) à 87,5 % (BCG), selon la maladie.
En ce qui concerne l‘état nutritionnel des
enfants, l‘enquête Djiboutienne à indicateurs multiples (EDIM 2006) indique que
28,9 % des enfants au-dessous de cinq
ans souffrent d‘insuffisance pondérale
chronique (10,3% sévère) tandis que 32,8
% souffrent d‘un retard de croissance
chronique (19,7 % sévère) et 20,7 % souffrent de sous-nutrition chronique (7,6
sévère).
Les habitudes alimentaires conduisent à
une alimentation essentiellement glucidique et lipidique une faible consommation
des aliments riches en protéines et des
fruits et légumes.
Selon les résultats de l‘enquête Djiboutienne à indicateurs multiples (EDIM 2006);
l‘eau courante est utilisée par 91,4% de
l‘ensemble des ménages du pays, dont
40% dans l‘habitation, 38,4% dans la cour
et 13,1% d‘une fontaine publique. Concernant l‘assainissement, 67% des ménages vivent dans des maisons équipées
d‘installations sanitaires améliorées avec
69,1% en zone urbaine et 17,3% en zone
rurale.
En fonction des donnés disponibles dans
les structures de santé à Djibouti, le risque
de paludisme serait estimé entre 10 et 15
% de la population à risque soit entre
39200 et 58800 cas par an.
La consommation du khat est un problème
de santé publique; sa consommation est
une habitude bien ancrée dans la société
Djiboutienne. Les consommateurs sont en
majorité de sexe masculin sans distinction
de classe (45,5% des hommes contre
7,2% des femmes), mais l‘on s‘adonne au
khat à un âge de plus en plus précoce et la
consommation féminine tend à croître.
L‘enquête mondiale sur les comportements en matière de santé chez les écoliers (13-15 ans) GSHS réalisée à Djibouti
en 2007 a couvert les comportements de
santé et les facteurs de protection liés aux
thèmes suivant: hygiène, comportements
alimentaires, consommation de tabac et
des drogues, la santé mentale, l‘activité
physique, les comportements sexuels, la
violence et traumatismes involontaires. Les
résultats les plus marquants sont résumés
comme suit:
53.9% des garçons et 52.7% des filles ont
déclaré que des gens ont fumé en leur présence un ou plusieurs jours au cours des 7
derniers jours
8.6% des garçons et 6.6% des filles ont
consommé une ou plusieurs fois des
drogues tels que hachish, Damagi, hamag
(colle synthétique)
11,1% des garçons et 5,5% des filles ont
consommé au moins une botte de khat
durant les 30 derniers jours avant
l‘enquête
27,5% des garçons et 6% des filles ont
déjà eu des relations sexuelles
35.2% des garçons et 30.8% des filles
sont restés assis 3 heures ou plus pendant
une journée typique à regarder la télévision, à jouer aux jeux électroniques, à parler
avec des amis, ou à faire d‘autres activités
sédentaires
L‘initiative Nationale de Développement
Social (2007-2011) a définit quatre axes
stratégiques dont le 2ème axe concerne de
près la santé et le bien être. L‘axe 2 (Développer les ressources humaines et assurer
un accès universel aux services de base)
comporte un volet santé qui vise les interventions prioritaires suivantes ayant trait à
la promotion de la santé:
La promotion des modes de vie sains en
milieu urbain par:
(i) la lutte contre les drogues dures et courantes,
(ii) l‘accès aux soins, avec l‘établissement
de la carte sanitaire pour les prestations
des soins de base,
(iii) la prévention,
(iv) la prise en charge thérapeutique, et
(v) la mise en place d‘équipes itinérantes
des secteurs sanitaires urbains
A cet effet, le ministère de la santé a élaboré une politique nationale et une charte
nationale de promotion de santé ainsi
qu‘une stratégie intégrée de communication et ceci d‘atteinte de l‘objectif général du
Plan National de Développement Sanitaire
qui consiste à améliorer la santé de la
population Djiboutienne.
Le défi pour le Ministère de la santé de Djibouti est de définir dans le cadre de la
reforme du système de santé, un mécanisme intégrée de communication qui permettra de se mettre à l‘écoute des communautés et en même temps de faciliter leur perception sur les questions qu‘elles ne
percevaient pas comme des problèmes et
les amener à envisager des solutions pour
leur résolution.
La réponse à ce défit se matérialisera à Djibouti sous forme d‘actions d‘enseignement,
d‘éducation ou de mobilisation sociale à
travers des interventions identifiés au
niveau de la communauté et liés aux formations sanitaires.
Pour ce faire, la Direction de la Promotion
de la Santé envisage le recrutement d‘un
consultant international pour mettre en
place un système intégré de communication et mobilisation sociale.
II. LES TACHES DU CONSULTANT EN
COMMUNICATION:
Le consultant en communication sera
amené à:
S‘entretenir avec les différents responsables du ministère pour collecter des informations relatives aux interventions de
communication et mobilisation ;
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 | Seite 17
Se documenter en lisant les différentes
politique et stratégies concernant la promotion de la santé ;
Attn: M. ABDOURAHMAN MOHAMED
ABOUBAKER, Directeur de l‘UGP.
Elaborer une stratégie intégrée de promotion de la santé ;
Responsable Passation des marchés.
Elaborer un guide de promotion de la santé
;
P.O. Box 2235, Djibouti-Ville, Djibouti.
Former le personnel de la DPS en matière
de promotion de la santé ; .
Organiser un atelier national pour valider
cette stratégie intégrée de promotion de la
santé ;
Proposer des outils d‘évaluations des
interventions de promotion de la santé ;
III. QUALIFICATIONS DU CONSULTANT:
Une parfaite connaissance de la langue
française.
Expert en promotion de la santé:
Diplôme universitaire approprié, de préférence en santé publique, en communication sociale ou science sociale, en pédagogie, psychologie.
--Au moins 5 ans d‘expérience en communication. Expérience de formation en santé
pour le personnel de santé et les communautés.
Connaissances/expériences en promotion
de la santé et en développement communautaire.
Bonne connaissance de l‘Afrique et tout
particulièrement de la République de Djibouti.
Créativité, flexibilité intellectuelle et esprit
d‘équipe.
IV. DUREE DE LA CONSULATION:
Trois mois (3 mois).
L‘Unité de Gestion des Projets (UGP) du
Ministère de la Santé invite les candidats
admissibles à manifester leur intérêt à fournir les services décrits ci-dessus. Les consultants intéressés doivent fournir les informations indiquant qu‘ils disposent des
qualifications requises pour exécuter les
services ci hauts cités (brochures, références concernant les qualifications et
l‘expérience de missions analogues, etc.).
Un consultant sera sélectionné en conformité avec les procédures définies dans les
Directives: Sélection et emplois de consultants par les emprunteurs de la banque
mondiale, mai 2006 (mises à jour en octobre 2006).
Les consultants intéressés peuvent obtenir
des copies du terme de référence et la
fiche technique du projet à l‘adresse mentionnée ci-dessous, pendant les jours et
heures ouvrables (du samedi au jeudi, 7h à
14h00).
Les manifestations d‘intérêt avec CV et
lettre de motivation doivent être déposés/
envoyés à l‘adresse mentionnée ci-dessous au plus tard le Jeudi 10 novembre
2011 à 12h 30.
Unité de gestion des projets (UGP)/pi.
M. GAMIL SAID HAMOUDOU.
Ministère de la Santé.
Tél: (253) 35-32-82.
Fax: (253) 35-21-38.
E-mail: [email protected].
E-mail:[email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
FÖRDERUNG DES
WASSER- UND ABWASSERSEKTORS (CUENCA)
Termin: 2011-11-22
Land: Ecuador
Interne bfai-Nr: 11021033
Betrifft: PROGRAMA DE AGUA POTABLE
Y SANEAMIENTO PARA CUENCA, II FASE
; ESTUDIOS DE PROTECCIÓN DE LA
INFRAESTRUCTURA DEL SISTEMA DE
AGUA POTABLE
Vorgesehen:
- Ausarbeitung von Gesamtplänen für die
Wasserversorgung und Abwasserentsorgung in Cuenca: Überprüfung und Analyse von vorhandenen Informationen und
Diagnosen zum aktuellen Stand, Ausarbeitung von geotechnischen Studien für
Umwelt-Maßnahmen sowie für die
Reduzierung des Mangangehalts im
Trinkwasser etc.
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
La Empresa Pública Municipal de Telecomunicaciones, Agua Potable, Alcantarillado y Saneamiento de Cuenca, ETAPA EP,
ha recibido del Banco Interamericano de
Desarrollo (BID) el Préstamo 1753/OC-EC,
para financiar parcialmente la ejecución
del Proyecto de los Planes Maestros de
Agua Potable y Saneamiento para Cuenca,
II fase (EC-L1019) y se propone utilizar
parte de estos fondos para efectuar pagos
de gastos elegibles en virtud del contrato
para el cual se emite esta Solicitud de
Expresiones de Interés.
Los servicios comprenden:
Revisión y análisis de la información existente y diagnóstico de la situación actual
Estudio Geotécnico y de obras de mitigación ambiental del deslave y de los potenciales en la zona
Medidas para disminuir la concentración
de Manganeso en la fuente (Estudio de
Alternativas, optimización y mejoras operativas al bypass)
Estudio de Mejoras para el tratamiento del
Manganeso en la Planta de Tratamiento de
Agua Potable de Tixán
Estudio de alternativas y definición de la
óptima para la Limpieza del sistema de
distribución
Informe Final
Un breve resumen del alcance de los estudios en sus diferentes fases puede encontrarse en la siguiente dirección electrónica
o solicitado a la siguiente dirección de correo electrónico indicado bajo la dirección
(2) a continuación.
La Lista Corta será seleccionada conforme
a los procedimientos contenidos en las
Políticas para la Selección y Contratación
de Consultores financiados por el Banco
Interamericano de Desarrollo (GN-2350-7)
que son parte del Convenio de Préstamoy
que se encuentran bajo la siguiente dirección en el sitio de Internet: www.iadb.org/
procurement, que tienen preeminencia
sobre las Leyes Nacionales aplicables
sobre la materia.
El fondo total máximo disponible para la
ejecución de estos servicios de consultoría
es de US$.430.000.
El plazo estimado para la ejecución de la
consultoría es de 52 semanas contadas a
partir de la suscripción del contrato.
Las firmas consultoras interesadas
deberán demostrar experiencia en:
geotecnia (ensayos para caracterización y
determinación del grado de inestabilidad
de deslizamientos) y diseño de obras de
ingeniería para estabilización de deslizamientos.
diseño de ingeniería de procesos de remoción de manganeso y hierro en plantas de
tratamiento de agua potable
diseño de detalle de plantas de tratamiento de agua potable, sistemas de instrumentación para control y monitoreo de
procesos de tratamiento.
diseño y/o implementación de programas
de lavado de redes de distribución de agua
potable. De especial valor será contar con
experiencia en sistemas de remoción de
película causada por depósitos de manganeso en tuberías.
Las Expresiones de Interés deberán estar
acompañadas del Expediente curricular de
la Consultora en el que se demuestre su
experiencia en trabajos similares a los de la
presente convocatoria.
Se prevé que las firmas seleccionadas
para conformar la Lista Corta serán informadas sobre los resultados de este proceso hasta finales del mes de noviembre de
2011; se estima que los trabajos de consultoría se iniciarán en el primer trimestre
del año 2012.
Las expresiones de interés y demás documentación solicitada deben ser entregadas
en la Secretaría de la Comisión Técnica de
ETAPA EP, o enviadas por correo electrónico a las direcciones indicadas al final de
este aviso, hasta las 15h00 del martes 22
de noviembre de 2011. La máxima autoridad de le Entidad podrá declarar desierto
el proceso o tomar cualquier otra resolu-
mit Content von
NfA
Auslandsausschreibungen
ción de así convenir a los intereses de la
República del Ecuador o de la Institución.
ETAPA EP no se responsabiliza por Expresiones de Interés que hayan sido enviadas
en forma digital a cuyo contenido no se
pueda acceder o que no llegaren a las
casillas de correo electrónico indicadas
para el efecto. El tamaño de los archivos
digitales no debe superar los 2 MB de
memoria. Éstas se considerarán válidas si
se dispone del acuso de recibo correspondiente. Para mayor información, dirigirse al
Ing. Manuel Cordero, Área de Administración del Proyecto BID.
(1) Dirección para aclaraciones y entrega
de las Expresiones de Interés:.
ETAPA EP - Gerencia de Agua Potable y
Saneamiento / Departamento de Contrataciones.
Secretaría de la Comisión Técnica de
ETAPA EP.
Atn: Doctora Elizabeth Vega. Secretaria de
la Comisión.
Hermano Miguel y Gran Colombia, Edificio
El Tiempo, planta baja.
Cuenca, Ecuador.
Tel:(593-7) 4050-310.
E-mail:
[email protected],
[email protected].
(2) Dirección para obtener información adicional sobre el proceso:.
ETAPA EP - Gerencia de Agua Potable y
Saneamiento / Administración del Área de
Proyecto BID.
Atn: Ingeniero Manuel Cordero Ordóñez.
Av. Octavio Chacón No 1-55 (sector del
Parque Industrial).
Cuenca, Ecuador.
Tel: (593 72) 862-660.
E-mail: [email protected].
Website: www.etapa.net.ec/Empresa/lpi_
con_e2_pma_sp1.aspx
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
CONSULTING,
RECHNUNGSPRÜFUNG
Termin: 2011-11-10
Land: Entwicklungsländer
Ref-Nr: Expression of Interest
Interne bfai-Nr: 11021039
Betrifft: UNITED NATIONS DEVELOPMENT
PROGRAMME ; FORENSIC REVIEWS
Vorgesehene Leistung:
- Durchführung einer forensischen Rechnungsprüfung von UNDP-finanzierten
Projekten in Entwicklungsländern, um
Betrugs- und Korruptionsfälle festzustellen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
UNDP is the United Nations global development network with operations in 177
Freitag, 04. November 2011 | Seite 18
countries. The Office of Audit and Investigations (OAI) is responsible for the investigation of all wrongdoing involving UNDP
staff members and allegations of fraud and
corruption against UNDP whether committed by UNDP staff members or other persons, parties or entities where the wrongdoing is to the detriment of UNDP. OAI is
the sole office in UNDP mandated to conduct investigations.
UNDP implements projects in developing
countries either directly or through partners
such as governmental and non-governmental organizations. In the latter case,
UNDP retains the responsibility for the
monitoring and oversight of projects.
OAI is seeking forensic accounting companies /consultants to conduct financial analysis of expenditures incurred by UNDP or
implementing partners in developing countries. The purpose of the analysis will be to
identify problematic expenditures and to
categorize them in a database format at
the transaction level into the following
categories: (a) Ineligible expenditures, (b)
Expenditures with insufficient or no documentation, and (c) Expenditures with indicators of fraud
„Ineligible expenditures“ are expenditures
that are not included in the authorized budget and/or that exceed the amount allocated in the budget for a specific category of
expenditure. „Indicators of fraud“ could
include, inter alia, inconsistencies in
invoices from the same supplier, similarities in invoices from different suppliers,
mathematical inaccuracies, entirely handwritten invoices/receipts, invoices without
contact details, duplicative invoices and
receipts with suspicious signatures.
Documentation could be provided electronically, in hard copy or reviewed in the
country (in which case travel will be necessary with the logistical support of OAI).
Documents to be reviewed are of a sizeable nature and could be up to 30,000 40,000
pages.
The review is not an audit of the financial
statements (i.e. it is not for the purpose of
providing an audit opinion) or a review of
the organizations´ systems, processes or
procedures. It is an assignment to identify
amounts that are ineligible and of questionable validity. The service provider will
need to identify specific documents and
relevant evidence to support its findings for
possible recovery or other appropriate
action.
Assignments will usually start within two
weeks upon signing of the contract. The
first assignment would probably have to be
completed during the first quarter of 2012.
The output expected from the company/
consultant is a report(s) in English summarizing its findings with adequate supporting
documents.
Criteria for the determination of the eligibility of interested companies include: capacity (size, field presence and CVs) and prior
experience, working languages, quality of
references. Companies / Consultant should
refer to the Submission details below.
Please note that only short listed
companies/consultants will be invited to
submit proposals.
Interested companies/consultants must
provide information indicating that they are
qualified to perform the services and
covering the following criteria:
Size and structure
--Size of company and number of staff
--Legal and financial information
--Organigramme and structure
Working languages
--Fluency in English;
--Capacity to work in French and/or Spanish.
Profile, prior experience and qualifications
--Outline the expertise of the company in
forensic accounting services and analyzing
large amounts of data;
--Describe how many years and over what
period of time the company has provided
these services;
--Provide details of the level and qualifications of the team members who would
undertake the assignment (CV, professional certifications, languages spoken);
--Describe the type of engagement team,
including the number of persons usually
assigned, their seniority and functions.
Clients and type of assignments, as referees
--Outline the types of clients, including
international organizations such as the UN,
or within the private sector, to which the
company have previously provided this
type of service;
--Provide examples of any large scale assignments of this type which the company
has previously undertaken and detail for
each of these examples the approach and
steps taken, if possible, also examples of
databases or spreadsheets documenting
findings on such an assignment.
Companies/consultants may associate to
enhance their qualifications.
Companies/consultants will be selected in
accordance with the procedure set out in
the UNDP Procurement Guidelines and
UNDP Financial Rules and Regulations.
In order to obtain any clarification on this
Expression of Interest, contact Ms. Tseday
Zergaw at [email protected]. The
clarification provided by OAI might prompt
a change in the EOI as originally posted.
The response to this EOI and accompanying documents can be sent in a sealed
envelope at the address below or send by
e-mail no later than 10 November 2011 at
1700 hours (New York time). The envelope
or the emailed file should be clearly labeled
„Expression of Interest for Forensic
Reviews for OAI.“ EOI responses received
mit Content von
NfA
Auslandsausschreibungen
after the above deadline will not be considered.
EOI from suppliers failing to provide the
request information will be disregarded.
Invitations to bid and any subsequent
purchase order will be issued in accordance with the rule and procedures of
UNDP
This EOI does not entail any commitment
on the part of UNDP, either financial or
otherwise. UNDP reserve the right to
accept or reject any or all EOI without
incurring any obligation to inform the affected applicant/s of the grounds.
OAI address is as follows:
UNDP OAI.
Daily News Building, 23rd Floor.
220 East 42nd Street,.
New York, NY, 10017. USA.
Fax: (1-646) 781-4333.
E-mail: [email protected]
 Finanz.: United Nations Development
Programme (UNDP)
CONSULTING,
KAPAZITÄTSSTÄRKUNG
FÜR WASSER- UND
ABWASSERPROJEKTE
Termin: 2011-11-21
Land: Guatemala
Ref-Nr: EVENTO-INFOM/BID- GRT/WS11905-GU-GS-001; Solicitudes
de Expresión de Interés para
Organizaciones No Gubernamentales Nacionales e Internacionales
Interne bfai-Nr: 11021032
Betrifft: CICLO DE PROYECTOS DE AGUA
POTABLE Y SANEAMIENTO DE LOS
EVENTOS LPI001, LPI002, LPN001,
LPN002 YLPN009 ; IMPLEMENTACIÓN
DEL COMPONENTE DE GESTIÓN SOCIAL
DURANTE LAS DISTINTAS FASES DEL
CICLO
Vorgesehen:
- Gesucht wird Kontakt zu einer NRO für
die Stärkung von kommunalen Kapazitäten, insbesondere für das Management
von Wasserressourcen und die Anbindung von Wohngebäuden an die Abwasserentsorgung, geplant ist die Durchführung von ca. 80 Projekten
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
El Instituto de Fomento Municipal -INFOMa través del Programa de Agua Potable y
Saneamiento para el Desarrollo Humano,
Fase I; financiado por el Banco Interamericano de Desarrollo -BID- y el Fondo
Español de Cooperación para Agua y
Saneamiento en América Latina y el Caribe
(Convenio No.GRT/WS-11905-GU) tiene
contemplado utilizar una parte de los fondos para el desarrollo de la consultoría servicios de consultoría para la implementación del componente de gestión social
Freitag, 04. November 2011 | Seite 19
durante las distintas fases del ciclo de
Proyectos de Agua Potable y Saneamiento
de los Eventos LPI001, LPI002, LPN001,
LPN002 Y LPN009“
Los servicios comprenden la atención a
través de acciones de fortalecimiento
comunitario para la administración, operación y mantenimiento de los proyectos de
agua potable y saneamiento incluidos en
los eventos LPI001, LPI002, LPN001,
LPN002 y LPN009, los cuales comprenden
un total de 80 proyectos. Dentro de las
acciones a implementar, se busca el cambio de actitud de los beneficiarios hacia el
adecuado manejo del recurso hídrico y la
implementación de acciones de saneamiento dentro del hogar que permitan un
adecuado desarrollo de las familias beneficiadas.
El Instituto de Fomento Municipal INFOMinvita a Organizaciones No Gubernamentales especializadas en procesos de Gestión
Social, para desarrollar acciones de fortalecimiento comunitario, administración,
operación y mantenimiento de proyectos
de agua potable y saneamiento, a expresar
su muestra de interés en prestar los servicios solicitados. Las Organizaciones No
Gubernamentales interesadas deberán
proporcionar información que indique que
están calificados para suministrar los servicios, presentando en su manifestación
como mínimo la información siguiente: (a)
Historial de consultorías en acciones de
gestión social de proyectos de abastecimiento de agua potable y saneamiento realizadas, con su respectiva documentación
soporte (copia de contratos, finiquitos,
descripción de los trabajos, temporalidad,
localización, monto contratado, número de
comunidades y organizaciones capacitadas); (b) Referencias de los trabajos realizados (números de teléfono, correo electrónico, direcciones, etc.); (c) Documentos de
constitución de la ONG; (d) Representación legal con la que se actúa; (e) Presentación de la ONG con los puntos de contacto; (fh) Cualquier otra información adicional que se considere necesaria para
mostrar la experiencia de la ONG.
El Instituto de Fomento Municipal INFOMcon base a las manifestaciones de interés
conformará una lista corta de seis Organizaciones No Gubernamentales, que serán
invitadas a presentar ofertas técnicas y
económicas, conforme a los procedimientos indicados en las Políticas para la Selección y Contratación de Consultorías financiadas por el Banco Interamericano de
Desarrollo, edición GN-2350-7.
Las Organizaciones No-Gubernamentales
interesadas pueden obtener más información en la dirección indicada al final, en
días y horas hábiles (08:00 a 16:00 horas).
Las expresiones de interés y sus correspondientes documentos de soporte, se
recibirán en sobre cerrado en la misma
dirección no más allá de las 10:30 horas
del día 21 de noviembre de 2011.
La presente manifestación de interés
puede ser consultada a través de Internet
en la página Web abajo, consultando el
Número de Operación de Guatecompras
(NOG) 1813188.
Instituto de Fomento Municipal INFOM.
Manifestación de Interés EVENTO-INFOM/
BID- GRT/WS-11905-GU-GS-001.
Edificio de INFOM/UNEPAR, oficina del
Programa BID.
11 Av. A, 11-67 ZONA 7, Colonia la Verbena, Ciudad Capital.
Ciudad de Guatemala.
Tel: (502) 2471-4853 Ext. 143.
E-mail: [email protected].
Website: www.guatecompras.gt
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
CONSULTING,
KRANKENHAUSBAU
Termin: 2011-12-05
Land: Guatemala
Ref-Nr: LICITACIÓN PÚBLICA INTERNACIONAL UNOPS/GTPC/RFP09/2011
Interne bfai-Nr: 11021031
Betrifft: UNITED NATIONS OFFICE FOR
PROJECT SERVICES ; FIRMAS CONSULTORAS ESPECIALIZADAS EN PLANIFICACIÓN DE OBRAS HOSPITALARIAS
Vorgesehen:
- Ausarbeitung von Studien und Entwürfen für die vollständige Errichtung des
regionalen Krankenhauses Zacapa
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
„ESTUDIOS, DISEÑOS Y DESARROLLO
DEL PROYECTO EJECUTIVO DEL HOSPITAL REGIONAL DE ORIENTE EN ZACAPA,
REPÚBLICA DE GUATEMALA.“
La UNOPS, a solicitud del Instituto Guatemalteco de Seguridad Social IGSS invita a
firmas nacionales e internacionales con
experiencia y especialidad en el diseño y
planificación de obras hospitalarias o similares, a presentar propuesta en dos sobres
cerrados para llevar a cabo la consultoría
para la elaboración de estudios, diseños y
desarrollo del proyecto ejecutivo del hospital regional de oriente en Zacapa, República de Guatemala que incluye el / los edificios, la urbanización con sus obras exteriores de conjunto y en general todos los
componentes de que constará el complejo
hospitalario.
Los servicios se llevarán a cabo según los
términos de referencia y alcances contenidos en los pliegos de licitación. El plazo
máximo previsto para la prestación de los
servicios es de diez (10) meses calendario.
Las firmas nacionales e internacionales
interesadas en participar, podrán obtener
mit Content von
NfA
Auslandsausschreibungen
mayor información en las oficinas de
UNOPS - Centro de Proyectos en Guatemala (GTPC), en la dirección abajo indicada, en el siguiente horario: lunes a jueves
de 8:30 a 13:00 y de 14:00 a 16:00 horas
(hora local de Guatemala), y el día viernes
de 8:00 a 13:00 horas (hora local de Guatemala), donde podrán retirar las bases del
concurso sin costo alguno. Los interesados también podrán consultar y descargar
la documentación del concurso en la página de Internet: http://www.guatecompras.gt
bajo el número de operación Guatecompras: NOG: 1813463 ó a través de los
sitios
http://www.unops.org/UNOPS/
Procurement/CurrentOpportunities/ y
http://www.devbusiness.com/default.asp.
La UNOPS requiere que los interesados
rellenen el formulario: III-A Registro de firmas interesadas en la Licitación, acompañando una carta, según formulario III-B
Formulario Estándar de Confirmación de
Participación en la Licitación; la carta y formularios deben ser remitidos, por cualquier medio disponible, a la dirección o
referencias que aparecen al pie del presente anuncio.
Las propuestas deberán presentarse en
dos (2) sobres separados que contengan,
uno el componente técnico de la propuesta y el segundo, el componente financiero;
ambos sobres debidamente cerrados de
acuerdo a las instrucciones a los licitantes
y las bases del concurso. El límite para la
recepción de las propuestas, será a las 10:
00 horas (hora de Guatemala) del 5 de
diciembre de 2011 y deberán entregarse
en las oficinas de la UNOPS Centro de
Proyectos de Guatemala (GTPC).
Las propuestas que se presenten fuera de
la hora y plazo establecido serán rechazadas. La apertura de los sobres conteniendo el componente técnico se realizará en el
mismo día de su recepción, a partir de las
11:00 horas (hora de Guatemala), según el
procedimiento establecido en las Bases de
Licitación. Todas las propuestas deberán
tener una vigencia mínima de 90 días y
cumplir con los requisitos de conformidad
con los documentos de licitación.
Se recomienda que todas las firmas interesadas se inscriban en el „UN Global Marketplace“. El UN Global Marketplace es
una base de datos, de proveedores activos
y potenciales, a la cual tienen acceso los
oficiales de adquisición de las Naciones
Unidas y del Banco Mundial. Es la principal
base de datos de proveedores para 15 de
las organizaciones de las Naciones Unidas. Para inscribirse, clic sobre el botón „
New
Supplier
Registration“
en
www.ungm.org.
UNOPS, Centro de Proyectos en Guatemala.
19 Avenida „A“ 0-80 Vista Hermosa II,
Zona 15.
01015 Guatemala.
República de Guatemala.
Freitag, 04. November 2011 | Seite 20
Teléfonos (+502) 2369-4628, (502) 23694629 .
Fax (+502) 2369-4620 .
E-mail: [email protected]
 Finanz.: United Nations Office for Project Services (UNOPS)
CONSULTING,
ÖFFENTLICH-PRIVATE
PARTNERSCHAFTEN
IM WASSER- /
ABWASSERSEKTOR
Termin: 2011-11-30
Land: Indien
Ref-Nr: REQUEST FOR EXPRESSIONS
OF INTEREST
Interne bfai-Nr: 11021101
Betrifft: STUDY OF PPP OPPORTUNITIES
IN ACHIEVING LONG-TERM SUSTAINABILITY OF RURAL WATER SUPPLY AND
SEWERAGE IN PUNJAB ; SELECTION
FOR CONSULTANTS BY THE WORLD
BANK
Expressions of Interest should be submitted, in English, electronically through World
Bank Group eConsultant2 (https://wbgeco
nsult2.worldbank.org/wbgec/index.html)
Following this invitation for Expression of
Interest, a shortlist of qualified firms will be
formally invited to submit proposals. Shortlisting and selection will be subject to the
availability of funding.
QUALIFICATION CRITERIA
1. Provide information showing that they
are qualified in the field of the assignment.
2. Provide information on the technical and
managerial capabilities of the firm.
3. Provide information on their core business and years in business.
4. Provide information on the qualifications
of key staff.
Web site:.
Vorgesehen:
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
- Ausarbeitung einer Studie, die Möglichkeiten zur Realisierung von PPP-Vorhaben im Wasser- und Abwassersektor in
den ländlichen Gegenden des Bundesstaates Punjab aufzeigen soll
CONSULTING, UMWELTSCHUTZPROJEKT FÜR
DEN FLUSS GANGES
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 30 November 2011
Econsult selection no. 1049437
ASSIGNMENT DESCRIPTION:
The objective of the study is to investigate
the opportunities of using PPP in fast-tracking the expansion of water supply and
sanitation access to rural population and
achieving long-term operational sustainability of rural piped water supply and
sewerage services in Punjab.
FUNDING SOURCE:
The World Bank intends to finance the
assignment / services described below
under the following trust fund(s): BANK
BUDGET
INDIVIDUAL/FIRM PROFILE: The consultant will be a firm.
SUBMISSION REQUIREMENTS:
The World Bank now invites eligible consultants to indicate their interest in providing the services. Interested consultants
must provide information indicating that
they are qualified to perform the services
(brochures, description of similar assignments, experience in similar conditions,
availability of appropriate skills among
staff, etc. for firms; CV and cover letter for
individuals). Please note that the total size
of all attachments should be less than
5MB. Consultants may associate to enhance their qualifications.
Interested consultants are hereby invited to
submit expressions of interest.
Termin: 2011-11-28
Land: Indien
Ref-Nr: Expressions of Interest [EOI],
Ref No.: A-11012/1/2010NGRBA-PMG I
Interne bfai-Nr: 11021100
Betrifft: NATIONAL GANGA RIVER BASIN
PROJECT ; TECHNICAL SUPPORT CONSULTANTS [TSC] FOR WORLD BANK
ASSISTED NATIONAL GANGA RIVER
BASIN PROJECT
Vorgesehen:
- Technische Unterstützung zur Durchführung eines Projektes, das die Bekämpfung der Verschmutzung des Flusses
Ganges und die nachhaltige Verbesserung der Wasserqualität zum Ziel hat. Die
Beratungsleistungen sind für das Projektmanagement in den 5 betroffenen
Staaten Uttarakhand, Uttar Pradesh,
Bihar, Jharkhand und West Bengal zu
erbringen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The Government of India has availed a
credit/loan to facilitate implementation of a
multi-sectoral National Ganga River Basin
Authority [NGRBA] programme in the five
States of Uttarakhand, Uttar Pradesh,
Bihar, Jharkhand and West Bengal from the
International Development Association
[IDA] and the International Bank for
Reconstruction and Development [IBRD]
and intends to apply part of the loan/credit
proceeds to make payments under the
contract for the following services:
mit Content von
NfA
Auslandsausschreibungen
1. Technical Support Consultancy [TSC]
services for Uttarakhand and UP
[Package-I]
2. Technical Support Consultancy [TSC]
services for Bihar, Jharkhand and West
Bengal [Package-II]
The NGRBA is responsible for planning,
financing, monitoring and co-ordination of
activities for effective abatement of pollution and conservation of the river Ganga. A
National Mission for Clean Ganga [NMCG]
has been set up under the Ministry of Environment and Forests [MoEF] to co-ordinate and implement at the national level the
various activities of the NGRBA Programme, including those supported under the
World Bank assisted National Ganga River
Basin Project. State-level Project Management Groups [SPMGs] are also being setup by the respective State Governments to
co-ordinate and implement the NGRBA
program activities at the State level. Investment proposals will be prepared and implemented by a variety of executing agencies selected by the SPMGs.
2. NMCG is seeking Technical Support
Consultancy [TSC] services from reputed/
experienced organizations/firms to support
the SPMGs, separately for [Package-I] Uttarakhand & U.P and [Package-II] - Bihar,
Jharkhand & West Bengal. Consultancy
firms may apply for both parts but will be
selected for one part only. While the TSC
will be hired centrally by the NMCG, its services would be aimed at assisting the
respective SPMGs.
3. Scope of Work: The TSC would be
responsible for the following:
Guiding, facilitating and supporting the
SPMGs in getting the Feasibility Reports
[FRs] and Detailed Project Reports [DPRs]
for various investment proposals prepared
by the executing agencies as per NGRBA
Guidelines. The NGRBA‘s infrastructure
investments programme will cover investments in wastewater management, industrial pollution control, solid waste management and river front management in the 5
states, and the total amount of first phase
investments is expected to be approx. Rs
4500 Crores. The largest fraction [60-70%]
of investments will be in the waste water
management sector.
Providing the required assistance to the
SPMGs for reviewing and improving the
quality of FRs and DPRs prepared by the
executing agencies, before they are submitted to the NMCG for sanction.
4. The Technical Support Consultants
[TSC] to the NMCG would consist of a
team of specialists, led by a Team Leader.
The assignment would initially be for a
period of 3 years, subject to satisfactory
performance review at the end of first and
second years, and could be extended for a
further period of 2 or 3 years based on performance and mutual agreement.
5. NMCG invites ‚Expression of Interest‘
[EOI] from consulting firms to indicate their
Freitag, 04. November 2011 | Seite 21
interest in providing services for above
mentioned consultancy support. The interested firms must provide information indicating their past experience in related sectors, experience of key personnel and
financial strength to perform the services
under the following heads:
(a) Past Experience of the firm
Number of years‘ experience
Past Experience of work of similar natureno of projects in the area in the immediate
past, i.e., 3-5 years
Past experience in carrying out work in
related sectors
Experience of working with government
(b) Experience of Key Personnel
Qualifications
Relevant Experience including their participation in the projects referred above
(c) Financial Strength of the Consultant
Turnover figure of last three years
Value of contracts in the area of expertise
requested
Net Profit figure for last three years
(d) Name of the Associates, if any
Specifically, the firms should provide information showing their experience in the
design, documentation and implementation of similar investments, and in particular
of large scale municipal services infrastructure. Consultants may associate or form
joint ventures with other firms to enhance
their qualification. Consulting firms shall be
selected in accordance with the procedure
of the World Bank ‘s Guidelines: Selection
and Employment of Consultants by World
Bank Borrowers (h), May 2004 revised
2010‘ available at www.worldbank.org/
procure.
6. This EoI is a result of modifications of
services requirements to an earlier request
advertised by NGRBA on April 2, 2011.
Those who have responded to the earlier
advertisement also need to submit
response to this request, clearly indicating
the name of the Package[s].
Project Officer [Procurement].
National
[NMCG].
Mission
for
Clean
Ganga
National Ganga River Basin Authority.
Ministry of Environment and Forests.
1st Floor, Mini Market Shopping Complex.
NBCC Place.
Lodi Road.
New Delhi 110003, India.
Tel: + 91 11 24361071/72.
Fax: + 91 11 24361073.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
MANAGEMENT-CONSULTING,
GEMEINWESENENTWICKLUNG
Termin: 2011-11-14
Land: Indonesien
Ref-Nr: INVITATION FOR BIDS (IFB);
414/Peng-274A/SEK-PPBJ/
PMD
Interne bfai-Nr: 11021076
Betrifft: NATIONAL COMMUNITY EMPOWERMENT PROGRAM-RURAL ; PROCUREMENT OF NON CONSULTING SERVICES FOR PNPM-MPD REGIONAL
MANAGEMENT CONSULTANT
Vorgesehen:
- Beratungsleistungen für das Projektmanagement im Rahmen der Durchführung
eines Programms zur Entwicklung des
Gemeinwesens in städtischen Gebieten
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Government of Indonesia has received a loan from IBRD toward the cost National Community Empowerment ProgramRural and intends to apply the proceeds of
this loan to payment for goods, works and
related serviced to be procured under this
project.
3. The Directorate General of Village Community Empowerment, MOHA now invites
sealed bids from eligible and qualified bidders for the following components:
Package 1: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region I (RMC I)
Aceh, Sumatera Utara, Riau and Kepulauan Riau;
Package 2: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region II (RMC II)
Sumatera Barat, Jambi, Bengkulu, Bangka
Belitung, Sumatera Selatan, Lampung, and
Banten;
Package 3: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region III (RMC
III) Jawa Barat, Kalimantan Barat, Kalimantan Tengah, Kalimantan Selatan and Kalimantan Timur;
Package 4: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region IV (RMC
IV) Jawa Tengah, D.I. Yogyakarta, Jawa
Timur and Bali;
Package 5: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region V (RMC V)
Nusa Tenggara Barat, Nusa Tenggara
Timur, Sulawesi Selatan, Sulawesi Barat
and Maluku;
Package 6: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region VI (RMC
VI) Sulawesi Tengah, Sulawesi Tenggara,
Gorontalo, Sulawesi Utara and Maluku
Utara;
mit Content von
NfA
Auslandsausschreibungen
Package 7: Procurement of Non Consulting Services for PNPM-MPd Regional
Management Consultant Region VII (RMC
VII) Papua and Papua Barat.
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank´s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), and is open to
all bidders from Eligible Source Countries
as defined in the Guidelines.5
5. Interested eligible bidders may obtain
further information from Mr. Prabawa Eka
Soesanta, Procurement Committee NCEP
Rural, email: [email protected]
and inspect the Bidding Documents at the
address given below.
6. Qualifications requirements include:
technical, financial, legal and other requirements. A margin of preference for certain
goods manufactured domestically shall not
be applied. Additional details are provided
in the Bidding Documents.
8. Bids must be delivered to the address
below at or before November 14, 2011.
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 November 14,
2011 (see detail time at Bidding document). All bids must be accompanied by a
Bid Security of amount in local currency or
an equivalent amount in a freely convertible currency (see detail amount at bidding
document).
9. The address referred to above is:
Directorate General of Village Community
Empowerment.
Ministry of Home Affairs.
Jl. Raya Pasar Minggu KM 19.
Jakarta Selatan, Indonesia, 12510.
Tel: +62-21-79191684.
Fax: +62-21-79196118.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
KONFLIKTFORSCHUNG
Termin: 2011-11-16
Land: Indonesien
Ref-Nr: TF010266 - National Violence
Monitoring System Indonesia
(Components 1&3)
Interne bfai-Nr: 11021098
Betrifft: NATIONAL VIOLENCE MONITORING SYSTEM: QUANTITATIVE DATABASE ; CONSULTING SERVICES
Vorgesehene Leistung:
- Aktualisierung bzw. Aufbau einer Datenbank, die Informationen über gewalttägige Auseinandersetzungen in inges. 16
Provinzen des Landes bereitstellen soll.
Hierzu sollen die Archive und Artikel
Freitag, 04. November 2011 | Seite 22
lokaler Zeitungen ausgewertet und
erfasst/kodiert und ein Webportal zur
Veröffentlichung der Daten entwickelt
werden.
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 16 November 2011
Econsult selection no. 1053333
In 2008 the Conflict and Development program of the World Bank, Jakarta began
implementing the Violent Conflict in Indonesia Study (ViCIS), with the aim of establishing sustainable data collection and analysis models for policy support. Developed
in partnership with the National Planning
Agency (Bappenas) and USAID-SERASI,
the ViCIS project has built a violence dataset including all incidents of violence reported in 150 local newspapers in 16 provinces (covering 50 percent of Indonesias
population). A retrospective database,
ViCIS has collected data up to 2008/9 to
provide an empirical picture of violence
dynamics in the years since Indonesias
transition to democratic rule.
In terms of methodology, the database
captures every incident where physical violence is used and employs a complex
coding system to track key variables for
each incident such as location, time,
impacts, issues behind the incident and
the actors involved. Comprehensive quality control measures have been devised to
ensure consistency in coding, cross-checking with other sources maximizing data
accuracy. The database design allows for
disaggregation of the data to the sub-district level and provides a picture of micro
trends in violence levels and associated
local factors that drive these dynamics.
Based on strong demand from the Government of Indonesia for regularly updated
data on violence, the Conflict and Development program has designed the National
Violence Monitoring System (NVMS). The
System will build upon the previously implemented ViCIS quantitative database to
provide methodologically consistent data
on a regular basis initially from seven target
provinces. Local newspapers will remain
the primary source of information but additional data sources may be used as needed. The instruments such as coding keys,
operational manuals and database structure will remain consistent with the VICIS
methodology but will have to be adapted
to an ongoing system. In addition to the
data, an online public portal will be developed to make the data available to policymakers and the general public.
The NVMS project is funded by the Korea
Economic and Peace-building Transitions
Trust Fund and activities are expected to
commence in November 2011. The project
will be implemented in close partnership
with the Office of the Deputy Minister for
Social Vulnerability in the Coordinating
Ministry for Peoples Welfare (Kemenkokesra) and the Habibie Center. Both these
institutions will use the data for analysis
and policy formulation purposes.
Scope of Work
The contract will involve work in the following areas:
Recruitment and training of relevant staff in
the use of project instruments and methodology;
Digital collection of local newspaper archives from the target provinces to fill in gaps
between the existing ViCIS database and
the new ongoing NVMS data;
Coding and processing of reports of violent
incidents from the digitally collected local
newspaper archives, consistent with ViCIS
methodology to complete the base-line
data in target provinces and fill in data
gaps between the ViCIS database and the
new on-going NVMS database;
Customization of the ViCIS database
instruments and methodology to an ongoing system suited to NVMS;
Establish links and subscription arrangements with the local news sources in target
provinces to ensure a steady supply of
sources for the ongoing NVMS data;
Coding and processing of violent incidents
reported in the local news sources according to customized ViCIS methodology to
produce updated data on violence trends
and patterns for duration of 30 months;
Develop and implement a customized quality control and data management strategy
to ensure maximum accuracy of outputs
and their consistency with ViCIS methodology;
Develop an online data portal website that
allows for public display of the data and
provides easily data analysis tools including GIS mapping.
QUALIFICATION CRITERIA
1. Show strong personnel and financial
management experience; and experience
conducting quantitative data collection
(preferably in Indonesia);
2. Demonstrate strong networks with local
newspapers within Indonesia; and experience with newspaper tracking and digitalization
3. Show experience rapidly recruiting and
training data processing teams; and working with complex coding methodologies
and instruments
4. Provide experience developing and implementing quality control procedures for
large quantitative datasets involving large
coding teams and developing online data
portals;
5. Demonstrate ability to deliver high quality data on short deadlines and sufficient
financial independence to continue the
project between payment installments
Web site:.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
mit Content von
NfA
Auslandsausschreibungen
 Finanz.:
Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
ENTWICKLUNG VON
MODELLPROJEKTEN FÜR
DEN FRACHTVERKEHR
Termin: 2011-11-14
Land: Kolumbien
Ref-Nr: Invitación a presentar expresiones de interés
Interne bfai-Nr: 11021030
Betrifft: SUPPORT TO THE ENERGY EFFICIENT NATIONAL FREIGHT TRANSPORT
INIATIVE ; APOYO Y ASESORÍA AL
DESARROLLO EMPRESARIAL Y LA FORMALIZACIÓN DEL TRANSPORTE TERRESTRE AUTOMOTOR DE CARGA
Vorgesehen:
- technische und rechtliche Beratung von
Frachtagenten mit dem Ziel, den Aufbau
bzw. die Modernisierung von Speditionen und Logistikunternehmen zu fördern
- Entwicklung von drei Modellprojekten für
die „Formalisierung“ insbesondere von
KMU im Sektor mit Entwicklung von
Unternehmens- und Finanzierungsmodellen sowie Druchführung von „due diligence“-Analysen potentieller Programmteilnehmer
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
This notice was originally published on 3
October 2011 and was updated on 31
October 2011. The deadline date changed
from 17 October 2011 to 14 November
2011. Note also the amount is listed as
US$ 260,000 (formerly listed as US$
150,000).
This notice is published by Development
Business at www.devbusiness.com.
El transporte terrestre automotor de carga
en Colombia ha venido presentando a través de los años una serie de fallas dentro
de su estructura propia de mercado, imposibilitando su desarrollo eficiente y competitivo. En especial, la falta de una cultura
empresarial y la informalidad laboral de
algunos miembros de la cadena productiva
han generado una serie de efectos lesivos
para el sector.
El Gobierno de Colombia (GdC) ha solicitado financiamiento al Banco Interamericano
de Desarrollo (BID) para el apoyo y asesoría al desarrollo empresarial y la formalización del Transporte Terrestre Automotor
de Carga, en el marco de la Cooperación
Técnica para el Apoyo a la Iniciativa Nacional de Transporte Terrestre Automotor de
Carga Eficiente en Colombia.
El Gobierno de Colombia ha recibido financiamiento del/al Banco Interamericano de
Desarrollo (BID), y se propone utilizar parte
de los fondos para efectuar los pagos correspondientes a Support to the Energy Effi-
Freitag, 04. November 2011 | Seite 23
cient National Freight Transport Iniative,
para la asesoría legal y técnica a los agentes del sector para promover la creación o
modernización de empresas prestadoras
de servicio de transporte y de servicios
logísticos de valor agregado, así como
para la integración de servicios y buenas
prácticas logísticas en las empresas del
sector. Igualmente se busca crear sinergias
entre los sectores público y privado para el
desarrollo del sector de transporte de
carga y logística, mediante la implementación de pilotos para el desarrollo empresarial del sector. Los pilotos para formalización empresarial se estructurarán en colaboración con empresas colombianas usuarias de servicios logísticos de carga y con
la participación de pequeños propietarios y
conductores que cumplan con el esquema
de requisitos que sea propuesto. El diseño
de los pilotos deberá definir el modelo
empresarial, el modelo financiero, los
análisis de debida diligencia legal, financiera y técnica de los participantes en el
proyecto, la estructura, procedimientos,
manual de operación y puesta en marcha
de los programas, así como las relaciones
interinstitucionales que se generen.
Las labores de apoyo y asesoría se desarrollarán en coordinación con el estudio
Estructuración del Programa Integral para
la Modernización y Formalización del
Transporte Automotor de Carga, a realizar
en el marco de la Cooperación Técnica en
cuestión, que se encargará de diseñar los
requisitos e incentivos para la formalización y el desarrollo empresarial en el sector
de Transporte Automotor de Carga en
Colombia.
El BID invita a los consultores elegibles a
expresar su interés en prestar los servicios
solicitados. Los consultores interesados
deberán proporcionar información que
indique que están cualificados para suministrar los servicios (folletos, descripción
de trabajos similares, experiencia en condiciones similares, disponibilidad de personal que tenga los conocimientos pertinentes, etc). Los consultores se podrán
asociar con el fin de mejorar sus calificaciones.
La duración estimada del estudio es de
ocho meses y el monto estimado para la
ejecución de la consultoría es de
US$260.000. El método de selección será
el de Selección Basada en las Calificaciones de los Consultores (SCC). Los servicios de consultoría se llevarán a cabo en la
ciudad de Bogotá.
Los consultores serán seleccionados conforme a los procedimientos indicados en
las Políticas para la Selección y Contratación de Consultores financiados por el
Banco Interamericano de Desarrollo edición actual, y podrán participar en ella
todos los licitantes de países de origen que
sean elegibles, según se especifica en
dichas políticas.
Los consultores interesados pueden obtener más información en la dirección indica-
da al final de este documento, durantes
horas de oficina de 9:00 a 17:00 horas
(Hora del Este de EE.UU.).
Las expresiones de interés deben ser enviadas a través de e-Sourcing: https://
enet.iadb.org/BidderWeb/signOn.aspx a
mas tardar el 14 November de 2011 a las
18:00 horas (Hora del Este de EE.UU).
Banco Interamericano de Desarrollo (BID).
Nombre de la División:.
Assignment: Support to the Energy Efficient National Freight Transport Initiative.
Atn: Guerrero, Pablo.
1300 New York AVE, NW.
Washington, DC 20577, USA.
E-mail: [email protected].
Tel: (1-202) 623-2416.
Fax: (1-202) 623-1579.
Website: www.iadb.org
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
CONSULTING /
UNTERSUCHUNG,
BILDUNGSWESEN
Termin: 2011-11-22
Land: Lesotho
Ref-Nr: EOI/MOET/NO.04/10/2011
Interne bfai-Nr: 11021069
Betrifft: BASIC EDUCATION PROJECT ;
CONDUCT A SURVEY ON THE CAUSES
OF HIGH EARLY GRADE REPETITION IN
LESOTHO‘S PRIMARY SCHOOLS
Vorgesehene Leistung:
- Untersuchung der Ursachen, die für die
hohe Sitzenbleiber-Quote an den Grundschulen in Lesotho verantwortlich sind,
und Ausarbeitung von Empfehlungen zur
Verbesserung der Situation
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
This request for Curriculum vitae follows
the general procurement notice for this
project that appeared in the dg market on
the 17 September 2010.
Within the context of the Fast Track Initiative III project, the Ministry of Education and
Training (MOET) has received funds from
the Fast Track Partnership and Irish Aid to
implement a Basic Education project
aimed to improve the quality of basic education in Lesotho, and intends to apply
part of these funds to eligible payments for
individual consulting services of a short
term Individual Consultant to provide the
Ministry of Education and Training with an
elaborate analytical report on the causes of
high early year grades repetition (grade 13) and grade repetition in general in
Lesotho‘s Primary Schools and recommendations for future interventions.
The study on high early grade repetition is
expected to commence in February 2012.
Field work is expected during the months
mit Content von
NfA
Auslandsausschreibungen
of May 2012. The work will be completed
within 6 months after commencement.
The Ministry of Education and Training now
invites eligible individual consultants to
provide their detailed curriculum vitae that
indicate that they are qualified and experienced to perform the services for which
they are expressing their interests.
An individual consultant will be selected in
accordance with the procedures set out in
the World Bank‘s Guidelines: Selection and
Employment of Consultants by World Bank
Borrowers (h), October 2006 Revised May
2010.
Interested individual consultants may
obtain further information at the address
below from [i.e. 0900hours to 1200hours
and 1430hours to 1600hours] between
Monday and Friday:
Director Education Planning
Ministry of Education and Training
Corner Constitutional Road and Pioneer
Road
PO Box 47
Maseru 100, Lesotho
Tel: (266-22) 323-193
Curriculum vitae must be submitted in
three (3) copies (one original and two
copies) in sealed envelopes to the address
below, on or before 12:00 noon local time
on 22 November 2011, clearly marked
„Curriculum vitae for consulting services to
the causes of high early years grade repetition in Lesotho‘s primary schools“
Ministry of Education and Training Headquarters
Room 404
Inspectorate Building
Corner Constitutional Road and Pioneer
Road
Maseru, Lesotho
Electronic submissions (using a single pdf
or other protected file) are also encouraged
and should include as their message subject „ INDIVIDUAL CONSULTANT TO CONDUCT A SURVEY ON THE CAUSES OF
HIGH EARLY GRADE REPETITION IN
LESOTHO‘S PRIMARY SCHOOLS“ and
should be sent to [email protected];
[email protected];
[email protected]; teboho.nhlapho@yaho
o.com.
Ministry of Education and Training Headquarters.
Room 404.
Inspectorate Building.
Corner Constitutional Road and Pioneer
Road.
Maseru, Lesotho
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
Freitag, 04. November 2011 | Seite 24
CONSULTING,
EINFÜHRUNG EINES
GEODÄTISCHEN
BEZUGSSYSTEMS
Termin: 2011-11-17
Land: Mazedonien
Ref-Nr: Contract No. MK-RECRP7928MK-CS-C5.4-11
Interne bfai-Nr: 11021068
Betrifft: REAL ESTATE CADASTRE AND
REGISTRATION PROJECT ; SELECTION
OF A CONSULTANT COMPANY FOR QUALITY CONTROL - SUPERVISION OF THE
ESTABLISHMENT OF A LEVELING NETWORK IN REPUBLIC OF MACEDONIA
Vorgesehene Leistung:
- Überwachung der Einführung eines
Nivellementnetzes in Mazedonien
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. This Request for Expressions of Interest
follows the General Procurement Notice for
this project that appeared in UN Development Business and dgMarket on July 26,
2010.
The Republic of Macedonia has received a
loan from the International Bank for
Reconstruction and Development toward
the cost of Real Estate Cadastre and
Registration Project, and intends to apply
part of the proceeds to make payments
under the following consulting services:
Quality Control - Supervision of the establishment of a Leveling Network in Republic
of Macedonia (LNM).
2. The Agency For Real Estate Cadastre
now invites eligible Consultant Companies
to indicate their interest in providing the
above mentioned services. Interested Consultants must provide information indicating that they are qualified to perform the
services (company portfolio, references
and information about successfully completed similar assignments, etc.).
Expected period for duration of services is
24 months from signing of the contract,
within the period December 2011 December 2013.
3. The main objective of this assignment is
to perform Quality Control - Supervision of
the realization of LNM. The LNM will be
realized through the application of geometrical leveling. In order to supervise works
for realization of LNM it is necessary to
perform Quality Control-Supervision of the
reconnaissance, monumentation and
measurements of height differences as
parts of realization of the LNM. The works
for realization of LNM will be conducted by
awarded Contractor(s).
The selected Consulting Company Supervisor shall fulfil all necessary duties
to achieve the objectives of the assignments using most economical, effective
and widely accepted engineering practice
in overseeing the implementation of local
regulations during the period of realization
of LNM. The Supervisor must represent the
client‘s interests and shall perform his
duties taking into account the conditions of
the Macedonian regulatory documents and
standards. Activities under this assignment
will start after AREC awards the contracts
for execution of works for realization of
LNM to Contractor(s), which will be done
through a separate bidding procedure.
4. The following qualifications and experience of the Consultant are required:
1. The Consultant should have at least
three years of experience, especially in carrying out reconnaissance, the monumentation and measurement of the high precision leveling networks or similar networks in
the field of engineering geodesy.
2. Consultant must be able to ensure:
Minimum two Geodesy experts available
and engaged at each stage (for each activity) while realizing the LNM in the period
from December 2011 till July 2012, and
At least two terrain vehicles in the period
from December 2011 till July 2012,
Minimum four Geodesy experts available
and engaged at each stage (for each activity) while realizing the LNM in the period
from July 2012 till December 2013, and
At least four terrain vehicles in the period
from July 2012 till December 2013.
One of the proposed staff should be Geodesy expert (Bachelor of Geodesy or Master) with at least four years university education in Geodesy, experienced in carrying
out reconnaissance, monumentation and
measurement of the high precision leveling
networks or similar networks in the field of
engineering geodesy, with experience of
minimum 7 years. The proposed expert will
act as a Team Leader.
The awarded Consultant company should
possess a License for performance of geodetic works in Republic of Macedonia,
issued by AREC. A copy of the required
license should be presented to the Employer after the notification of contract award
and prior to the contract signing. In case of
awarded JV, at least one partner of the JV
must meet the requirement to possess or
obtain the License.
At least two of the Geodesy experts from
the awarded Consultant company must
have Licence for supervision issued by the
Macedonian Chamber of Engineers and
Architects at the time of signing the contract.
Note: The engaged Consultant Company
including all listed staff/experts must not
participate in the competition (ICB tender
procedure) for the Leveling Network Contract, neither as a single bidder, as part of
a Joint Venture, as a member of bidder‘s
proposed staff or as a subcontractor.
5. A Consultant Company will be selected
in accordance with the procurement procedures set out in the World Bank‘s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (h) publis-
mit Content von
NfA
Auslandsausschreibungen
hed by the World Bank in May 2004,
revised October 2006 and May 2010, Section 3 - 3.6 Least-Cost Selection (LCS).
Interested eligible consultant firms may
obtain further information at the address
below during office hours 08:30 16:30 CET,
Monday to Friday.
6. Interested Consultant Companies are
invited to submit their portfolios in English
language electronically (as word documents, in pdf or similar formats) or in hard
copy, which should among all outline that
they are qualified to carry out the services.
Expressions of interest, supported by
firm‘s portfolios and all other relevant
documents must be delivered to the
address below by November 17, 2011.
Agency for Real Estate Cadastre.
Project Management Unit.
Ms. Tatjana Cenova Mitrevska.
Trifun Hadzi Janev 10.
1000 Skopje, Macedonia.
Fax: +389 2 3175 987 ext. 103.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING /
MEINUNGSUMFRAGE,
ARBEITS- /
SOZIALBEHÖRDENTÄTIGKEIT
Termin: 2011-11-17
Land: Mazedonien
Ref-Nr: Expressions of Interest,
MK-CCT -MK7735-CS-CQ-11
-2.1.14
Interne bfai-Nr: 11021084
Betrifft: CONDITIONAL CASH TRANSFER
PROJECT (CCTP) ; SURVEY OF THE
PUBLIC OPINION REGARDING THE
FUNCTIONING OF THE INSTITUTIONS
UNDER THE MINISTRY OF LABOUR AND
SOCIAL POLICY
Vorgesehen:
- Durchführung einer Meinungsumfrage
zur Funktion der zum Arbeits- und Sozialministerium gehörenden Institutionen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The Republic of Macedonia has received
loan from the International Bank for
Reconstruction and Development (IBRD),
and intends to apply part of the proceeds
of this loan to payments under the contract
no.: MK-CCT -MK7735-CS-CQ-11 -2.1.14
for performing a Survey of the public opinion regarding the functioning of the institutions under the Ministry of Labour and
Social Policy.
The services include performing a survey
to detect the general perception regarding
the problems with which the general population and the direct beneficiaries of services are facing with while dealing with the
Freitag, 04. November 2011 | Seite 25
following institutions: the Ministry of Labor
and Social Policy (MLSP), the Social Welfare Centers (SWCs), and the Pension and
disability fund (PDF). The survey will be
conducted through two telephone and four
field surveys. The six different samples will
be defined based on the needs of the particular task, but the number of the interviewed should not be less than 1000 individuals for each phone poll and not less
than 300 for each field survey. The expected duration of the assignment is 10
months.
The Ministry of Labor and Social Policy of
the Republic of Macedonia now invites eligible consultants to indicate their interest
in providing the services. Interested consultants must provide information indicating that they are qualified to perform the
services (brochures, description of similar
assignments, experience in similar conditions, availability of appropriate skills among
staff, etc.). Consultants may associate to
enhance their qualifications.
The consultant firm shall posses the following relevant qualification and present
documents confirming the qualifications:
1) The Consultant should be a company or
NGO with sufficient number of employees
and/or members for conducting field
research in all of the territory of the Republic of Macedonia during the short contract
implementation period;
2) The Consultant should have at least one
year of experience in preparing public opinion surveys with 1000 or more respondents in the Republic of Macedonia. Work
experience on projects financed by the
World Bank, or other international organization would be considered as an advantage;
3) The consultant should propose a team
leader with at least five years research
experience and knowledge of the research
methods and survey methodology;
4) The Consultant should have at least one
team member with excellent knowledge of
SPSS, STATA, or other statistic software
and experience in coding, entering and
processing of the data gathered by the
questionnaires in the electronic databases.
A consultant will be selected in accordance
with the procedures set out in the World
Bank‘s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (h), May 2004, revised October 2006.
Interested consultants may obtain further
information from 0900 to 1600 hours at the
following contact details: Tel: ++ 389 (0)2
3296 807; ++ 389 (0)2 3296 291; E-mail:
[email protected].
Attn. Ms. Adrijana Bakeva, CCT Project
Director.
St. Dame Gruev 14, 1000 Skopje, Macedonia.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING /
ÖFFENTLICHKEITSARBEIT
(SOZIALSEKTORREFORM)
Termin: 2011-11-25
Land: Mongolei
Ref-Nr: Request for Expressions of
Interest; MSTAP/C/B-010
Interne bfai-Nr: 11021083
Betrifft: MULTI-SECTORAL TECHNICAL
ASSISTANCE PROJECT (MSTAP) ; INTERNATIONAL CONSULTANT FOR DEVELOPING COMMUNICATION AND PUBLIC
AWARENESS STRATEGY, REGULATIONS
FOR IMPROVED DELIVERY TO SOCIAL
WELFARE SERVICES IN MONGOLIA
(INDIVIDUAL)
Vorgesehen:
- Entwicklung einer effektiven Strategie für
Kommunikation und Bewusstseinsbildung im Rahmen des o.g. Projekts zur
Verbesserung der sozialen Dienstleistungen in der Mongolei, u.a. Definition von
Zielen, Zielgruppen und zu vermittelnden
Botschaften etc.
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
A. BACKGROUND
The Government of Mongolia has received
a credit from the International Development Association (IDA) for a Multi-Sectoral
Technical Assistance Project (MSTAP)
whereas improving the policy environment
is now the overriding priority for the
government in regard to the sudden economic downturn exposed the overreliance
of the budget on mineral revenues, causing
the fiscal situation to become precarious.
B. OBJECTIVE OF THE ASSIGNMENT
The objective of this assignment is to
develop an effective communication and
public awareness strategy for the MoSWL.
To support the fulfillment of its responsibility, the MoSWL is seeking for an experienced international consultant to develop
an effective communication and public
awareness strategy including defining
objectives, target groups, and messages
that will help to achieve and support social
welfare and labour reforms as well as regulations for improved delivery to social welfare services.
Expressions of interest must be delivered
to the address below by November 17,
2011.
C. SCOPE OF WORK
Ministry of Labor and Social Policy.
Summarize international best experiences
on this type of programs
Conditional Cash Transfer Project.
MoSWL communication and public awareness strategy
mit Content von
NfA
Auslandsausschreibungen
Develop strategy including definition of
objectives, messages, regulations and outreaching methods, methodology, target
groups (poor and vulnerable group of people, public, decision makers, community,
mass media, civil society, local and remote
areas, national minority groups, considering their local languages, etc) to support
social welfare reforms for improved delivery to social welfare services
Prepare a detailed medium-term information and communication strategic framework (taken into account monitoring indicators, manuals, materials, institutional
aspects, stakeholder responsibilities, etc ),
including an implementation plan with
timeline for interventions.
Staff Capacity and Training
Develop reliable and adequate material
(including factsheets, posters, and brochures) for public awareness campaign to support social welfare and labour reforms
Develop a training program and material
for mass media staff, civil society representatives, and public sector media staff and
conduct training considering to be reached
to local and remote areas and national
minority groups as well as their languages
D. CONSULTANT‘S QUALIFICATIONS /
SELECTION CRITERIA
Education: A suitable candidate should
have MA or higher degree in communications, journalism, social science and other
related field;
Experience: Incumbent should have at
least 10 years relevant professional experience, with specific experience in designing
and implementing communication strategy
and public awareness campaign outlining.
The candidate should have experiences of
developing communication and public
awareness strategy in the social welfare
sector will be an advantage.
Language skills: Excellent oral and written
skills in English;
Freitag, 04. November 2011 | Seite 26
ment of Consultants by World Bank Borrowers (h), May 2004 and revised October
2006).
Deadline for submission of Expressions of
Interest is November 25, 2011, 11:00 a.m.
(local Ulaanbaatar time). Expressions of
Interest must be delivered to the address
below:
Mrs. G. Oyungerel, Project Manager,
World Bank - Multi-Sectoral Technical
Assistance Project,
Room #610, Ministry of Finance,
S.Danzangiin Street, Chingeltei district,
Ulaanbaatar - 15160, Mongolia, Tel: (976 51) 265 782
e-mail: [email protected]
Submissions can be sent via certified mail,
via fax or by email. Those who choose delivery by email should ensure that a confirmed delivery receipt of their mail is received. The PCU bears no responsibility in
non delivery submissions due to internet
network problems or glitches.
If you need any further details, please feel
free to contact us at above e-mail addresses.
Mrs. G. Oyungerel, Project Manager.
World Bank - Multi-Sectoral Technical
Assistance Project.
Room #610, Ministry of Finance,
S.Danzangiin Street, Chingeltei district.
Ulaanbaatar - 15160, Mongolia.
Tel: (976 - 51) 265 782.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
ENTSORGUNG VON
INDUSTRIEABFÄLLEN /
SONDERMÜLL
Excellent interpersonal skills with the ability to function effectively and collaboratively
in a team environment.
Termin: 2011-11-15
Land: Montenegro
Ref-Nr: IWMCP-CS-CQ-CS3
Interne bfai-Nr: 11021082
Betrifft: INDUSTRIAL WASTE MANAGEMENT AND CLEANUP PROJECT (IWMCP)
; ENVIRONMENTAL AND SOCIAL IMPACT
ASSESSMENT STUDY
E. DURATION OF WORK
Vorgesehen:
Expected commencement date of the contract is on November, 2011 with duration of
18 working days.
- Durchführung von Umwelt- und Sozialverträglichkeitsstudien für die Sanierung
von 5 Industrieanlagen (Aluminiumwerk
Podgorica, Stahlwerk Niksic, Wärmekraftwerk Pljevlja, Schiffswerft Bijela,
Flotatbecken Gradac) sowie für mögliche Abfalltransporte zu Endlagern oder
Aufbereitungsstandorten; Untersuchung
der Standorte, Standortvorbereitung,
Sondermüllmanagement, -transport und
Sicherung der Endlager, Untersuchung
langfristiger ökologischer und sozialer
Folgen
Computer literacy: Be proficient in PC
based applications such as Word, Excel,
etc.;
The MSTA Project Implementation Unit
now invites eligible individual consultants
to express their interest in providing these
services. Interested consultants must provide information indicating that they are
qualified to perform the services (cover letter, CVs, description of similar assignments, and experience in similar conditions).
Consultant (individual consultant) will be
selected in accordance with the World
Bank‘s Guidelines: Selection and Employ-
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Montenegro has received a loan from the
International Bank for Reconstruction and
Development (IBRD), and intends to apply
part of the proceeds of this loan to
payments under the contract for Environmental and Social Impact Assessment
Study.
This request for expression of interest is for
the Contract ref. No. IWMCP-CS-CQ-CS3
Environmental and Social Impact Assessment (ESIA) Study consisting of following
services:
I) ESIA and safeguard studies for contaminated industrial site re-mediation, and
II) ESIA and safeguard studies for hazardous waste management and disposal
site.
The purpose of the overall Industrial Waste
Management and Clean-up Project is to (i)
to reduce the environmental and public
risks of selected industrial waste disposal
sites through investments in environmental
control measures and infrastructure for
management and disposal of industrial
waste; and (ii) to strengthen institutional
capacity to regulate and manage industrial
and hazardous waste. To achieve this
objective, the following project components are envisaged: Remediation of historic
waste disposal sites; Development of national hazardous waste disposal facility; and
Regulatory Framework for Hazardous
Waste Management and Institutional
Capacity Building and Project Management.
In addition to the ESIA, the following two
contracts have been signed: (a) Site investigations and feasibility study for the Remediation of Environmental Priority Sites; and
(b) Feasibility study for hazardous waste
disposal siting. The purpose of this assignment is to prepare the accompanying ESIA
and Environmental Management Plan
(EMP) report in cooperation with the engineering firms in charge of the two feasibility studies.
Subject of the ESIA report and EMP under
I) will be the detailed site investigation and
site remediation plans of the 5 selected
sites (Aluminum Plant Podgorica, Steel
Plant Niksic, Thermal Power Plant Pljevlja,
Adriatic Shipyard Bijela, Gradac flotation
tailings pond), as well as potential waste
transport to and final waste disposal at
selected final dumping or processing sites.
Subject of the ESIA report and EMP under
II) will be the site investigations, siting, site
preparation, hazardous waste management and hazardous waste operation as
well as hazardous waste transport to the
site and final dump closure, including, but
not limited to, long term environmental and
social impacts.
This consultancy assignment implementation period is approximately three months
with an estimated 10 staff-months workinput
The following qualifications are required:
familiarity with international standards and
mit Content von
NfA
Auslandsausschreibungen
procedures for EIA and EMP and technical
background to understand the remediation
of contaminated industrial sites as well as
hazardous waste landfill construction and
operation; knowledge of English language;
experience in the region would be welcome. Profiles of the key experts are as follows:
Team Leader- Environmental Impact
Assessment specialist with international
experience
in
remediation/clean-up/
hazardous waste projects, university
degree in civil engineering, geology, chemistry or other related fields, at least 15
years of general professional experience in
related fields, at least 10 years of professional experience in waste management and
landfill design
Environmental expert with focus on landfill
and spatial planning, university degree in
relevant engineering disciplines or environmental engineering, at least 15 years of
professional experience and at least 10
years in the relevant sectors, including
spatial planning
Public
Consultation/Participation/
Awareness specialist with local or at least
regional experience in environmental
impact assessments and public consultations, preferably with good knowledge of
Montenegrin language.
Natural protection /biodiversity specialist
or biodiversity/habitat specialist with 5
years of experience and a biology or related university degree. Extensive knowledge of local species of fauna and flora
and previous work experience in the region. Knowledge of Montenegrin language is
an asset.
The Environmental Protection Agency
(EPA) now invites eligible consulting firms
to indicate their interest in providing the
above mentioned services. Interested consulting firms must provide information indicating that they are qualified to perform the
services:
Experience in similar assignments
Description of similar assignments
Availability of skilled staff CVs of key personnel (only for information purposes, CVs
are not considered as evaluation criterion).
The consulting firm will be selected in
accordance with the procedure set out in
the World Bank‘s Guidelines: Selection and
Employment of Consultants by World Bank
Borrowers (h), May 2004 (revised October
2006 and May 2010). Interested consulting
firms may obtain further information at the
address below, during working days, from
09:00 to 16:00 hours.
Expressions of interest must be sent by email or mail to the address below by
November 15, 2011.
When submitting Expressions of interest
please indicate on the envelope the Contract ref. No. IWMCP-CS-CQ-CS3 of the
assignment for which you are applying.
Environmental Protection Agency.
Freitag, 04. November 2011 | Seite 27
IV Proleterske No. 19 Str.
81000 Podgorica, Montenegro.
Attention: Ms. Daliborka Pejovic, Director.
Tel/Fax: (382-20) 446-588, (382-20) 446587.
E-mail1: [email protected], danil
[email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
KMU-FIRMENDATEN
Interested consultants may obtain further
information at the address below during
office hours from 0800 to 1600 hours
during Monday to Friday.
Expressions of interest must be delivered
to the address below by 29 November,
2011.
Project Implementation Unit.
PNG SME Access to Finance Project.
Department of Commerce & Industry.
PO Box 375.
WAIGANI.
NCD, Papua New Guinea.
Termin: 2011-11-29
Land: Papua-Neuguinea
Ref-Nr: SME- CS-2011-2; Request for
Expressions of Interest
Interne bfai-Nr: 11021081
Betrifft: SMALL AND MEDIUM ENTERPRISE TO ACCESS FINANCE PROJECT ;
SME BASELINE SURVEY
Telephone No: (675) 325 0692/325 6099.
Vorgesehen:
- Durchführung einer umfassenden Baseline-Untersuchung über KMU im formellen Sektor, die Aufschluss geben soll
über Anzahl, Standort, Branchen, Eigentümer, Größe etc. dieser Betriebe
Land: Papua-Neuguinea
Ref-Nr: Project ID No. P120707
Interne bfai-Nr: 11021080
Betrifft: SMALL AND MEDIUM ENTERPRISE TO ACCESS FINANCE PROJECT ;
GENERAL PROCUREMENT NOTICE
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Vorgesehen:
The Government of Papua New Guinea
(GoPNG) has received US $21.9 million
funding support from the International
Development Association (IDA) to support
the development of small and medium
enterprise (SMEs) in PNG.
A Project Implementation Unit (PIU), within
the Department of Commerce and Industry
has lead responsibility for implementation
of several project components. GoPNG
intends to apply part of the proceeds for
consultant services.
The services include a comprehensive
SME baseline survey of formal sector
enterprises operating in PNG in order to
obtain information regarding numbers,
locations, sectors, ownership, size, etc.
Expressions of interest are invited from
qualified consultant firms to undertake this
survey. Interested consultants must provide information indicating that they are qualified to perform the services (brochures,
description of similar assignments, experience in similar conditions, availability of
appropriate skills among staff, etc.). Consultants may associate to enhance their
qualifications (If consulting firms wish to
express interest indicating that a joint venture would be established, the firms shall
send information for above each member).
Consulting services will be selected in
accordance with the World Bank‘s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (h) (May
2004 and revised in October 2006 and May
2010).
Fax No: (675) 325 2432/325 6108.
Email: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
KMU-FÖRDERUNG
- Consulting-Leistungen zum Kompetenzaufbau in KMU, für die Einführung verbesserter Finanzdienstleistungen für
KMU, Untersuchung von KMU, Gleichstellungsinitiativen
und
allgemeine
Unterstützung der Projektdurchführungseinheit, einschl. BeschaffungsConsulting
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The Independent State of Papua New Guinea has received financing in the amount
of US$21.91 million equivalent from the
International Development Association
toward the cost of the Small and Medium
Enterprise (SME) Access to Finance Project, and it intends to apply part of the proceeds to payments for goods, related services and consulting services to be procured under this project.
The project aims to support the development of an expanded and competitive SME
sector that can take advantage of a rapidly
growing economy and help generate sustainable incremental employment. The project will include the following components:
1. A Risk Share Facility (RSF) that will be
implemented by eligible commercial banks,
and provide incremental finance to viable
SME.
2. Capacity building for SMEs, requiring
consulting services procured under ICB
procedures.
3. Introduction of enhanced SME banking
approaches, which will require specialist
consulting services procured by participa-
mit Content von
NfA
Auslandsausschreibungen
ting financial institutions on the basis of
sound commercial practices.
4. SME surveys, gender initiatives and
general support for the Project Implementation Unit, including procurement of consulting services and goods under ICB,
NCB and shopping procedures.
Procurement of contracts financed by the
World Bank will be conducted through the
procedures as specified in the World
Bank‘s Guidelines: Procurement under
IBRD Loans and IDA Credits (h) (May 2004
and revised in October 2006 and May
2010), and is open to all eligible bidders as
defined in the guidelines. Consulting services will be selected in accordance with
the World Bank‘s Guidelines: Selection and
Employment of Consultants by World Bank
Borrowers (h) (May 2004 and revised in
October 2006 and May 2010).2
Interested eligible bidders who wish to be
included on the mailing list to receive invitations to bid under ICB procedures, and
interested consultants who wish to receive
a copy of advertisement requesting expressions of interest for consultancy contracts,
or those requiring additional information,
should contact the address below.
Attn: Mr. David Loyam, Head SME Access
to Finance Project Implementation Unit.
2nd Floor, Moale Haus,.
P.O. Box 375, Waigani.
National Capital District, Papua New Guinea.
Tel: +675 325 4802.
Fax: +675 325 6108.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
CONSULTING,
FINANZIERUNG VON
ENERGIEEFFIZIENZPROGRAMMEN
Termin: 2011-11-21
Land: Philippinen
Ref-Nr: REQUEST FOR EXPRESSIONS
OF INTEREST
Interne bfai-Nr: 11021052
Betrifft: CTF ENERGY EFFICIENCY FINANCING PROGRAM DESIGN ; SELECTION
FOR CONSULTANTS BY THE WORLD
BANK
Vorgesehene Leistung:
- Entwicklung von Finanzierungsinstrumenten zur Realisierung von Energieeffizienzprogrammen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 21 November 2011
Econsult selection no. 1052962
ASSIGNMENT DESCRIPTION:
Summary: Design of financing support
mechanisms to facilitate the flow of investment to the electric cooperative (EC) sector
Freitag, 04. November 2011 | Seite 28
of the Philippines. The work will include
development of options for expansion of
the Electric Cooperative Partial Credit Guarantee (EC-PCG) program using Clean
Technology Fund resources (including the
possibilities for development of a CTF guarantee instrument). The work will also
encompass consideration of parallel onlending schemes in which CTF/IBRD debt
would be provided in parallel to commercial debt backed by the EC-PCG.
Additional details: The Philippines has
received an allocation from the Clean Technology Fund (CTF), part of which is intended to support energy efficiency initiatives
implemented by electric cooperatives
(EC‘s). CTF funds will be utilized in parallel
and in combination with IBRD funds in the
Philippines Renewable Energy Development project which is now under preparation. Consultants are required to assist with:
1) identifying financing mechanism options; 2) assessing the Electric Cooperative
Partial Credit Guarantee (EC-PCG) program and the Rural Power Project support
to EC‘s and analyzing the possibilities for
complementing these mechanisms with
CTF; and 3) considering ways in which CTF
can be used to provide partial credit guarantees (i.e. scaling up the EC-PCG program). The objective for the CTF/IBRD
operation is to maximize the attraction of
commercial finance into EC investments in
network and commercial efficiency, such
that EC‘s are financially strengthened and
become better credit risks for lenders and
power marketers.
Consultants will be expected to work
intensively with the Government and World
Bank teams that are preparing the Philippines Renewable Energy Development
(PhRED) project. The main Government
counterpart agencies are the Department
of Energy (DOE), the National Electrification Administration (NEA -- the apex agency
for most of the country‘s 119 electric cooperatives), and the LGU Guarantee Corporation (LGUGC). The consultants for this
assignment will be expected to coordinate
with a consulting team working in parallel
on developing a line of credit, blending
CTF and IBRD resources, that will be
housed in the Development Bank of the
Philippines (DBP).
limited to 10 pages including all material
including the cover letter. It should be submitted as a single pdf document and the
total size of this document should be less
than 5MB. Consultants may associate to
enhance their qualifications.
Interested consultants are hereby invited to
submit expressions of interest.
Expressions of Interest should be submitted, in English, electronically through World
Bank Group eConsultant2 (https://wbgeco
nsult2.worldbank.org/wbgec/index.html)
Following this invitation for Expression of
Interest, a shortlist of qualified firms will be
formally invited to submit proposals. Shortlisting and selection will be subject to the
availability of funding.
QUALIFICATION CRITERIA
1. Provide information showing that they
are qualified in the field of the assignment.
Consultants should ideally be familiar with
guarantees as they have been used in the
utility sector. Knowledge of World Bank
project preparation procedures is desirable.
2. Provide information on the qualifications
of key staff. Summary (one paragraph) bios
of key staff only. A slelect number of bios
of key international and local staff should
be provided on an indicative basis. Do
NOT submit full CVs.
3. Provide information on the technical and
managerial capabilities of the firm. Firms
should ideally combine broad global experience in distribution-level energy efficiency
with regional and country knowledge.
4. Provide information on their core business and years in business.
Web site:.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
KREDITLINIE FÜR
ERNEUERBARE ENERGIEPROJEKTE
INDIVIDUAL/FIRM PROFILE: The consultant will be a firm.
Termin: 2011-11-21
Land: Philippinen
Ref-Nr: REQUEST FOR EXPRESSIONS
OF INTEREST
Interne bfai-Nr: 11021051
Betrifft: CTF RENEWABLE ENERGY
FINANCING PROGRAM DESIGN ; SELECTION FOR CONSULTANTS BY THE
WORLD BANK
SUBMISSION REQUIREMENTS:
Vorgesehene Leistung:
The World Bank now invites eligible consultants to indicate their interest in providing the services. Interested consultants
must provide information indicating that
they are qualified to perform the services.
Firms should submit an EOI that is strictly
- Entwicklung eines Finanzierungsmodells, das die Mittel des Clean Technology Funds, der IBRD, privater Investoren
und ggf. sonstiger Geldgeber für Projekte zur Entwicklung der erneuerbaren
Energien bündelt
FUNDING SOURCE:
The World Bank intends to finance the
assignment / services described below
under the following trust fund(s): Project
preparation grant from the Clean Technology Fund
mit Content von
NfA
Auslandsausschreibungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 21 November 2011
Econsult selection no. 1052964
ASSIGNMENT DESCRIPTION:
Summary: Design of financing scheme that
blends resources from the Clean Technology Fund, IBRD, private investors, and possibly other sources of green finance. The
work will include a review of credit markets
in the Philippines for purposes of compliance with World Bank OP 8.30. The primary counterparts will be the Philippines
Department of Energy and the Development Bank of the Philippines. Consultant
inputs will support Government and Bank
efforts to prepare a project that includes
establishment of a line of credit blending
CTF and IBRD funds and designed to
accelerate development of renewable
energy in the Philippines.
Additional details: The Philippines has
received an allocation from the Clean Technology Fund (CTF), a portion of which will
be used to support the development of
renewable energy projects, in partnership
with IBRD (the World Bank). The implementation agency for this component is the
Development Bank of the Philippines, and
the basic concept is the establishment of a
line of credit, financed by IBRD, that would
support private investment in renewable
energy. Some of these investments will
also qualify for some quantity of CTF
funds. Consultants are needed to: 1) review
credit markets in the Philippines and identify any constraints that affect the ability of
renewable energy developers to mobilize
finance for their projects; 2) assess possible ways in which CTF and IBRD can be
used to leverage commercial and other
finance for support of renewables; 3) develop criteria for allocation of CTF resources
within the overall financing scheme; 4)
ensure compliance with the World Bank‘s
operational policy on establishment of lines
of credit (OP 8.30) so that commercial
finance is not crowded out and that no
market distortions are introduced; 5) work
with DBP to enhance their capacity to play
an effective role in financing renewables;
and 6) assist with the development of operational manuals for DBP CTF program.
The Government counterparts for this assignment will include the Department of
Energy (DOE) in addition to DBP. The consulting team will be expected to coordinate with a parallel consulting effort that will
help design a CTF-funded energy efficiency program for the the electric cooperatives (the energy efficiency assignment is
covered by a separate request for expression of interest). Both consultant activities
will work under the Bank and Government
team that is preparing the IBRD/CTF operation, the Philippines Renewable Energy
Development (PhRED) project.
FUNDING SOURCE: The World Bank
intends to finance the assignment / ser-
Freitag, 04. November 2011 | Seite 29
vices described below under the following
trust fund(s): A project preparation grant
from the Clean Technology Fund will
finance this assignment.
INDIVIDUAL/FIRM PROFILE: The consultant will be a firm.
SUBMISSION REQUIREMENTS:
The World Bank now invites eligible consultants to indicate their interest in providing the services. Interested consultants
must provide information indicating that
they are qualified to perform the services.
A single document, in pdf form, should be
submitted to the Bank. The EOI is strictly
limited to 10 pages in total length including
the cover letter. The total size of this document should be less than 5MB. Consultants may associate to enhance their qualifications.
Interested consultants are hereby invited to
submit expressions of interest.
Expressions of Interest should be submitted, in English, electronically through World
Bank Group eConsultant2 (https://wbgeco
nsult2.worldbank.org/wbgec/index.html.
EOIs are strictly limited to 10 pages in total
length including all attachments and the
cover letter. Summary bios of key personnel only should be provided on an indicative basis. Only relevant experience should
be included.
The Philippines is in the midst of implementing its Renewable Energy Act 2008,
and the framework for renewable energy
investments will include feed-in-tariffs
(FITs) and other mechanisms designed to
spur development of renewable energy
markets. Firms interested in bidding for this
assignment should familiarize themselves
with the current status of implementation
of the RE Act 2008.
Following this invitation for Expression of
Interest, a shortlist of qualified firms will be
formally invited to submit proposals. Shortlisting and selection will be subject to the
availability of funding.
QUALIFICATION CRITERIA
1. Provide information showing that they
are qualified in the field of the assignment.
Only relevant experience should be provided. Consultants should ideally be familiar
with Bank project preparation procedures.
Specific experience in renewable energy
finance is essential. EOIs are strictly limited
to 10 pages including all material.
2. Provide information on the qualifications
of key staff. Summaries bios (one paragraph) of key staff should be presented, on
an indicative basis. A mix of international
and local experts will be needed for this
assignment.
3. Provide information on the technical and
managerial capabilities of the firm. Please
be brief.
4. Provide information on their core business and years in business. Please be
brief.
Web site:.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
KATASTER-DIENSTE
Termin: 2011-12-14
Land: Rumänien
Ref-Nr: Bid No. 22/CESAR/18.08.2011
Interne bfai-Nr: 11021050
Betrifft: COMPLEMENTING EUROPEAN
SUPPORT
FOR
AGRICULTURAL
RESTRUCTURING (CESAR) ; CONVERSION OF LAND BOOKS
Vorgesehene Leistung:
- Übertragung von Grundbüchern
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Romania has received financing in the
amount of EUR 47,700,000 equivalent from
the World Bank toward the cost of the
Complementing European Support for
Agricultural Restructuring, and it intends to
apply part of the proceeds toward
payments under the contract for „Conversion of Land Books“. The National Agency
for Cadastre and Land Registration
(ANCPI) now invites sealed bids from eligible bidders for „Conversion of Land
Books, Lot 1 - OCPIs Arges, Dambovita,
Galati, Olt, Teleorman and Lot 2 -OCPI Brasov“.
Bidding will be conducted through the
international competitive bidding (ICB) procedures as specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h),(May 2004,
Revised October 1, 2006 & May 1, 2010),
and is open to all eligible bidders as defined in the guidelines.
Interested eligible bidders may obtain
further information from National Agency
for Cadastre and Land Registration, Luminita HUIDU- Procurement specialist, email: [email protected] and inspect
the Bidding Documents on ANCPI‘s website at www.ancpi.ro. A complete set of Bidding Documents may be received by interested bidders on the submission of a written Application to the address below. Although it is envisaged that any subsequent
addendums and clarifications to the bidding documents will be published on
ANCPI‘s website only bidders who submitted such written application will be duly
informed in writing regarding any such
change.
All bids must be accompanied by a Bid
Security as follows: Lot 1: 19,000 EURO
and Lot 2: 31,000 EURO or RON equivalent
at the exchange rate of NBR of November
30, 2011 and be delivered by 11:45 a.m.
(local time) on December 14, 2011 to the
address:
National Agency for Cadastre and Land
Registration, Romania
Projects Management Department
mit Content von
NfA
Auslandsausschreibungen
Attn: Luminita HUIDU, Procurement specialist
202A Splaiul Independentei, ground floor,
room no. 21 (ANCPI Registration office),
Sector 6, 060022 Bucharest, Romania
Tel: +4021 310 15 95
Fax: +4021 317 35 37
E-mail: [email protected]
They will be opened starting 12:00 a.m.
(local time) on December 14, 2011, in the
presence of bidders‘ representatives, who
choose to attend, at the address:
National Agency for Cadastre and Land
Registration, Romania
202A Splaiul Independentei, 1stfloor, room
no.3 (ANCPI Council Room),
Sector 6, 060022 Bucharest, Romania
Late bids will be rejected.
National Agency for Cadastre and Land
Registration, Romania.
Freitag, 04. November 2011 | Seite 30
South African Department of Energy (DoE)
in the successful implementation of the
South African CCS roadmap which aims to
explore and develop CCS in South Africa.
The scope of this particular task is to conduct a thorough CCS gap and barrier analysis of existing South African legislation
and regulation and provide the South African Government with capacity building in
CCS legal and regulatory aspects. This
project aims to assist the South African
Department of Energy (DoE) to develop a
CCS legal and regulatory framework. The
analysis will need to consider the South
African CO2 Test Injection as well as
further demonstration and commercial
application of CCS in South Africa.
QUALIFICATION CRITERIA
1. Provide information showing that they
are qualified in the field of the assignment.
Projects Management Department.
2. Provide information on the experience in
implementing relevant assignments in
South Africa.
Attn: Luminita HUIDU, Procurement specialist.
3. Provide information on the technical and
managerial capabilities.
202A Splaiul Independentei, ground floor,
room no. 21 (ANCPI Registration office),.
4. Provide information on their core business and years in business.
Sector 6, 060022 Bucharest, Romania.
Tel: (40-21) 310-1595.
5. Provide information on the qualifications
of key staff.
Fax: (40-21) 317-3537.
Web site:.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
CONSULTING,
EINFÜHRUNG VON
CCS-TECHNIK
Termin: 2011-11-25
Land: Südafrika
Ref-Nr: TF010259 - Development of
Carbon Capture and Storage
in South Africa
Interne bfai-Nr: 11021047
Betrifft: DEVELOPMENT OF A REGULATORY FRAMEWORK FOR CARBON CAPTURE AND STORAGE („CCS“) IN SOUTH
AFRICA ; CONSULTING SERVICES
Vorgesehen:
- Beratungsleistungen zur Entwicklung
eines rechtlichen und regulatorischen
Rahmenwerks für die Einführung der
CCS-Technik (CO2-Abscheidung und
Speicherung) in Südafrika
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 25 November 2011
Econsult selection no. 1051294
This task will be implemented as part of the
ongoing development of Carbon Capture
and Storage (CCS) in South Africa Project.
The primary objective of the Project is to
support the South African Centre for Carbon Capture and Storage (SACCCS) and
WORKSHOPS /
FORTBILDUNG,
LANDWIRTSCHAFTLICHE
ENTWICKLUNG /
NAHRUNGSMITTELSICHERHEIT
Termin: 2011-11-14
Land: Tadschikistan
Interne bfai-Nr: 11021045
Betrifft: TECHNICAL ASSISTANCE PROGRAM ON ROLE OF GOVERNMENT IN
IMPROVING AGRICULTURE SECTOR
DEVELOPMENT AND FOOD SECURITY IN
RURAL AREAS ; CONSULTING SERVICES
Vorgesehene Leistung:
- Durchführung von Workshops für Mitarbeiter lokaler und regionaler Landwirtschaftsbehörden zur Vermittlung von
Fachwissen
im
Bereich
Land-/
Bodenreform, landwirtschaftliche Diversifikation, Nahrungsmittelsicherheit etc.
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Deadline: 14 November 2011
Econsult selection no. 1053072
A. Project Background and Objectives
1. The objective of the proposed TA program is to work closely with local and regional government officials to improve their
capacity to enhance food security in rural
areas, by: understanding the factors that
motivate their current activities, improving
their understanding of food security and
the impact of their current interventions on
food insecurity, and providing guidance on
the roles of local government and the most
appropriate ways to enhance food security
and facilitate increased agricultural productivity.
2. There are three main considerations in
framing the proposed TA activities. First, it
is presumed that for the most part local
administrations interfere with farmer decisions (which consequently impact food
security) for reasons that they consider to
be both rational and reasonable. Consequently, to promote change in their behavior, it will be necessary to first understand
the rationale for their current activities. The
second consideration is to ensure that
local government officials understand the
impact of their activities on food security
and agriculture sector growth and productivity. The third and final element of the program is to explore options to foster a reorientation of local government activity
towards the roles that are the legitimate
domain of local government, particularly
those roles associated with agriculture and
food security. This element of the program
will involve a wider review of the economic,
administrative and legal roles in which they
are currently involved particularly those
roles associated with taxation
3. Based on the Local Governance Survey
and the Legal and Policy Review, the TA
will train local government to better understand the purpose and expected benefits
of the reform program and their respective
roles in implementing the reform program
and the way it will contribute to increased
productivity and food security, the role of
local government in implementing this
agenda, and the impact of continued interference by local government in farm level
decisions.
B. Scope of Work
It is planned to hold training activities in the
format of the workshops to local government authorities of all jamoats and districts
of TR. The topics of these workshops
would be on the appropriate roles of the
government and the private sector in the
development of the agricultural sector to
enhance its impact on growth, food security and poverty reduction.
C. Objective and Tasks
1. The main objective for NGO is conducting trainings for government official representatives of district and jamoat levels.
2. The training program should include to
these topics:
a) The objectives and outcomes for local
government of agricultural sector reform
Land Reform
mit Content von
NfA
Auslandsausschreibungen
Freedom to Farm
Cotton Debt Resolution
Agricultural Diversification
b) The concept of food security
Understanding Food Security
How to Improve Food Security
c) The local government actions that constrain the implementation of reform
d) The actions that local government
should be doing to support reform
3. Training Program structure:
Focus Groups: 386 Deputy Chairman for
agriculture of jamoats and 51 Head of districts Agricultural Department.
Number of participants on the one training
up to 40.
One day workshop with three two-hour
session.
The training should be conducted in the
regions.
Participants should be given written material that describes the issues discussed
and copies of the relevant legislation.
4. NGO should prepare:
Training Program and its modules
Detail plan, schedule, and the location of
trainings ((should be prepared jointly with
State civil Department)
Common lists of participants and list for
each training (should be prepared jointly
with State civil Department)
Distributing materials and print its (training
hand-outs, brochures, posters, etc.)
D. Conditions/ Special Criteria and Terms
1. Qualification criteria
The Service Provider will meet the following essential criteria:
Be registered with the relevant juridical
authority;
Have at least three years of proven experience in preparing and delivering training for
officials in administration, agriculture
reform, etc.
Qualified and competent staff with practical experience, including experience in
training programs;
Office and equipment capacity to be able
to conduct trainings and deliver training
materials;
Have good understanding of Civil Survey
Department operations
QUALIFICATION CRITERIA
1. Availability of sufficient human resources.
2. Work experience on training in agricultural development, agrarian reform, and
public administration reform.
3. Proven skills in dealing with government
structures, regional and local government
officials.
4. Availability of sufficient technical capacity.
Freitag, 04. November 2011 | Seite 31
5. Experience of individual trainers on formal training in agricultural development,
agrarian reform, and public administration
reform.
Bidders may bid for one lot or multiple lots
and are invited to offer discounts in case of
an award of contract for several lots to one
bidder.
6. Knowledge of training with interactive
methodology.
4. Bidding will be conducted through International Competitive Bidding (ICB) procedures specified in the World Bank´s Guidelines: Procurement Under IBRD Loans and
IDA Credits dated May 2004, revised October 2006; and is open to all bidders from
eligible source countries as defined in the
Guidelines.
Web site:.
https://wbgeconsult2.worldbank.org/
wbgec/index.html
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
D R U C K , PA P I E R , R E P R O
LEHRBÜCHER
Termin: 2011-12-23
Land: Äthiopien
Ref-Nr: Invitation for Bids (IFB)
Interne bfai-Nr: 11021078
Betrifft: GENERAL EDUCATION QUALITY
IMPROVEMENT PROJECT (GEQIP) ;
REPRINTING AND DISTRIBUTION OF
TEXTBOOKS AND TEACHER GUIDES
FOR GRADES 9-12 ENGLISH, GEOGRAPHY PRINTING AND, INFORMATION
TECHNOLOGY AND GRADES 11-12 ECONOMICS, GENERAL BUSINESS AND
TECHNICAL DRAWINGS
Vorgesehene Leistung:
- Druck und Verteilung von Lehrbüchern
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Federal Democratic Republic of
Ethiopia has received a credit/financing
from the International Development Associations (IDA), the Fast Track Initiative
Catalytic Fund (FTI CF) and other development partners the Netherlands, UK Department for International Development (DFID),
Italian Development Cooperation and Finland through a Multi-Donor Trust Fund
toward the cost of the GEQIP Project and
it intends to apply part of this proceeds to
payments under the contract for procurement of the textbooks and teacher guides
listed below.
3. The Ministry of Education (MoE) now
invites sealed bids from eligible bidders for
reprinting and distribution of textbooks and
teacher guides for the following subjects
and grades:
Lot No. 1: English, Grades 9 12, Language:
English
Lot No. 2: Geography, Grades 9 - 12, Language: English
Lot No. 3: Information Technology, Grades
9 - 12, Language: English
Lot No. 4.1: Economics, Grades 11-12,
Language: English
Lot No. 4.2: General Business, Grades 1112, Language: English
Lot No. 4.3: Technical Drawing, Grades 1112, Language: English
5. Interested eligible bidders may obtain
further information from:
Ministry of Education,
Ato Ghebreyesus Ghebremicheal, Procurement and Property Management Directorate Director, Room No. 107 Old Building,
Arat Kilo, Tel:+251-11-1565558 or 553133
Fax: 251-11-1570686 P.O.box 1367 E-mail:
[email protected] Addis Ababa, and
inspect the Bid Document at the address
given below from 8:30 am to 12:30 am and
1:30 pm to 5:30 pm, Monday through
Thursday and From 8:30 am to 11:30 am
and 1:30 pm to 5:30 pm on Fridays, local
time.
6. 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 upon
payment of a non-refundable fee ETB300
or USD20 or equivalent in freely convertible currency for the Bid Document. The
method of payment shall be in cash or
cashier‘s cheque payable to the MoE.
Ministry of Education.
Attn: Ato Ghebreyesus Ghebremicheal.
Procurement and Property Management
Directorate Director,.
Room No. 107 Old Building, Arat Kilo.
Addis Ababa, Ethiopia.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
E D V, T E L E K O M M U N I K AT I O N
SOFTWARE FÜR
TEXTVERARBEITUNG UND
KOMMUNIKATION
Termin: 2011-12-13
Land: Argentinien
Ref-Nr: LPI Nº INTA BID 5/2011
Interne bfai-Nr: 11021035
Betrifft: PROGRAMA DE FORTALECIMIENTO DEL SISTEMA DE INNOVACIÓN
AGROPECUARIA ; ADQUISICIÓN DE
SOFTWARE PARA EL INSTITUTO NACIONAL DE TECNOLOGÍA AGROPECUARIA
Vorgesehen:
- Lieferung von Microsoft-Software (Office
ProPlus, WIN Strtr 7, Lync etc.) für das
landwirtschaftliche Technologieinstitut
INTA
mit Content von
NfA
Auslandsausschreibungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Este llamado a licitación se emite como
resultado del aviso general de adquisiciones que para este programa fue publicado
en el Development Business, edición No
799 de mayo de 2011, con publicación online el día 4 de mayo de 2011.
El Gobierno de la República Argentina ha
recibido un préstamo del Banco Interamericano de Desarrollo (BID), a través del
Préstamo 2412/OC-AR, y se propone utilizar dichos fondos para efectuar los pagos
correspondientes a la adquisición de bienes, la contratación de obras, servicios
conexos y servicios de consultoría en el
marco de la ejecución del Programa de
Fortalecimiento del Sistema de Innovación
Agropecuaria, que será ejecutado por el
Instituto Nacional de Tecnología Agropecuaria (INTA).
El INTA invita a los oferentes elegibles a
presentar ofertas selladas para la provisión
de:
Lote Único: Software de Microsoft para el
INTA
--Renglón 1: OfficeProPlus 2010 SNGL
OLP NL Acdmc
--Renglón 2: WinPro 7 Pro SNGL Upgrd
OLP NL Acdmc
--Renglón 3: WinSvrStd 2008R2 SNGL
OLP NL Acdmc
--Renglón 4: WinStrtr 7 SNGL OLP NL
Acdmc Legalization GetGenuine
--Renglón 5: Sharepoint Server Standard
CAL LIS/SA
--Renglón 6: Exchange STD CAL LIC /SA
--Renglón 7: Lync STD CAL LIC /SA
--Renglón 8: Exchange ENT CAL LIC /SA
--Renglón 9: Lync ENT CAL
Plazo de entrega: 30 días a partir de la
orden de compra.
La licitación se efectuará conforme a los
procedimientos de Licitación Pública Internacional (LPI) establecidos en la publicación del BID titulada Políticas para la
Adquisición de Obras y Bienes financiados
por el Banco Interamericano de Desarrollo
(GN 2349-7), y está abierta a todos los oferentes de países elegibles, según se definen en los documentos de licitación.
Los oferentes elegibles que estén interesados podrán obtener información adicional
y revisar los documentos de licitación en la
dirección indicada al final de este llamado
o bien en el dominio de Internet abajo.
Los requisitos de calificación incluyen una
lista de requisitos clave técnicos, financieros, y legales. No se otorgará un margen
de preferencia a contratistas o APCAs
nacionales.
Los oferentes interesados podrán adquirir
los documentos de la licitación, en
español, mediante el pago de una suma no
reembolsable de $ 200 pesos. Esta suma
podrá pagarse mediante depósito en efec-
Freitag, 04. November 2011 | Seite 32
tivo en la cuenta corriente en Pesos del
Banco Nación Argentina (sucursal 85) No.
53422/70
(CBU:
0110599520000053422705, CUIT 3054667918-3, SWIFT NACNARBA) o mediante transferencia bancaria a la misma
cuenta. Inmediatamente se deberá comunicar el pago al comprador vía correo electrónico a la dirección indicada al final de
este Llamado, adjuntando copia escaneada de la boleta de depósito o comprobante de transferencia y consignando los
datos de contacto de la empresa (Razón
Social, CUIT, domicilio, teléfono/fax, dirección de correo electrónico y persona de
contacto). Los documentos podrán ser
consultados desde el dominio de Internet a
continuación. Al momento de presentación
de la oferta deberá acompañarse en el
sobre, la boleta de depósito original o el
comprobante de transferencia bancaria.
Todas las ofertas deberán estar acompañadas de una Garantía de Mantenimiento de la Oferta, por el monto de Lote Único
(U$S 6.800 o $ 28.560), y deberán hacerse
llegar a la dirección indicada abajo a más
tardar a las 15:00 horas del 13 de diciembre de 2011. Ofertas electrónicas no serán
permitidas. Las ofertas que se reciban
fuera del plazo serán rechazadas. Las ofertas se abrirán físicamente en presencia de
los representantes de los Oferentes que
deseen asistir en persona, en la dirección
indicada al final de este Llamado, a las 15:
30 del 13 de diciembre de 2011.
Instituto Nacional de Tecnología Agropecuaria.
Referentes: Lic. Gabriel Parellada.
Alsina 1401, Piso 4, Oficina 640.
Buenos Aires, Argentina,.
Código postal: C1088AAK.
Tel: (54-11) 4381-2105, 4124-7719.
Fax: (54-11) 4124-7722.
E-mail: [email protected]
r.
Website: http://provinta.inta.gov.ar
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
IT-AUSRÜSTUNG
(MINISTERIUM)
Termin: 2011-12-09
Land: Armenien
Ref-Nr: Contract No. ICB No: G2.1.3.1
Interne bfai-Nr: 11021110
Betrifft: SECOND PUBLIC SECTOR
MODERNIZATION PROJECT ; PROCUREMENT OF IT EQUIPMENT FOR GOA CORPORATE NETWORK
Vorgesehen:
- Lieferung von IT-Ausrüstung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. -
2. The Republic of Armenia has received a
loan from the International Bank for
Reconstruction and Development toward
the cost of Second Public Sector Modernization Project, and it intends to apply part
of the proceeds of this loan to payments
under the Contract for the Procurement of
IT equipment for GoA corporate network.
3. The Government Staff of RA and the
Foreign Financing Projects Management
Center of the Ministry of Finance of the
RoA now invite sealed bids from eligible
and qualified bidders for Procurement of IT
equipment for GoA corporate network.
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h) (published by the
Bank in May 2004 and revised in October
2006 and in May 2010), and is open to all
bidders from Eligible Source Countries as
defined in the Guidelines.
5. Interested eligible bidders may obtain
further information from Foreign Financing
Projects Management Center of the Ministry of Finance of the RoA and inspect the
Bidding Documents at the address given
below from 09.00 to 18.00 of local time.
6. Qualifications requirements include:
(a) Financial Capability
The Bidder shall furnish documentary evidence that it meets the following financial
requirement(s):
The Bidder shall submit the independent
financial auditor‘s report of the two last
years;
Annual turnover in any two (2) out of the
last three (3) years should be two (2) times
to bid value.
(b) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):
Min 3 years experience in supplying of
similar goods;
Min 2 successfully implemented similar
contracts in the last 4 years specifying the
purchaser, contract price, duration and
supplied goods.
A margin of preference for certain goods
manufactured domestically shall not be
applied. Additional details are provided in
the Bidding Documents.
The account number details are:
HSBC Bank Armenia
001-155142 - 045
Swift Code: MIDLAM22
Mr. Edgar Avetyan, Executive Director.
Foreign Financing Projects Management
Center (FFPMC).
Ministry of Finance .
Room N 344, Government House 1, Republic Square.
Yerevan, Armenia.
mit Content von
NfA
Auslandsausschreibungen
Tel: (374-10) 52 34 71 .
Fax: (374-10) 545 708 .
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
DOKUMENTENMANAGEMENTSYSTEM
Termin: 2011-12-12
Land: Armenien
Ref-Nr: Invitation for Bids (IFB), PSMP
II ICB No. G-2.3.1.2
Interne bfai-Nr: 11021109
Betrifft: SECOND PUBLIC SECTOR
MODERNIZATION PROJECT ; SUPPLY,
INSTALLATION AND CUSTOMIZATION OF
AUTOMATED BACKUP AND ARCHIVE
SYSTEM AND FOR THE ELECTRONIC
DOCUMENT MANAGEMENT SYSTEM
AND SUPPLY OF REQUIRED COMPUTING HARDWARE FOR THE GOVERNMENT OF ARMENIA
Vorgesehen:
- Lieferung, Installation und Integration
eines Dokumentenmanagementsystems
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
2. The Republic of Armenia has received a
loan from the International Bank for
Reconstruction and Development toward
the cost of Second Public Sector Modernization Project, and it intends to apply part
of the proceeds of this loan to payments
under the agreement(s) resulting from this
IFB: Supply, Installation and Customization
of automated backup and archive system
and for the Electronic Document Management System and supply of required computing hardware for The Government of
Armenia , PSMP II ICB No. G-2.3.1.2.
3. The Government Staff of RA and the
Foreign Financing Projects Management
Center of the Ministry of Finance of the
RoA serves as the implementing agency
for the project and now invites sealed bids
from eligible Bidders for Supply, Installation and Customization of automated backup and archive system and for the Electronic Document Management System and
supply of required computing hardware for
The Government of Armenia (Supply,
Installation and Customization).
4. Bidding will be conducted using the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), (published by
the Bank in May 2004 and revised in October 2006 and in May 2010), and is open to
all Bidders eligible as defined in these Guidelines, that meet the following minimum
qualification criteria:
Freitag, 04. November 2011 | Seite 33
Min 3 years experience in installation, implementation and roll-out of nation-wide,
multi-level, multi-site software solution in
the role contractor or subcontractor;
Min 2 successfully implemented similar
contracts in the involving the development,
installation, and provision of technical support for information systems of similar
functional and technical characteristics
and of comparable scale in the last 4 years.
The similarity shall be based on the complexity, methods/technology and other
characteristics as described in Section VI
„Technical Requirements“.
2. Technical Capacity:
The Bidder or its designated subcontractor
shall have warranty service center in Yerevan or must submit as a part of Preliminary Project Plan the detailed for setting up
such warranty service center to provide
warranty services and technical support on
the terms as indicated in Section VI „Technical Requirements“.
The Hardware product(s) or product lines
should be:
(i) In use and supported in multiple countries;
(ii) Manufactured under a process that is
fully ISO 9001:2008 certified.
3. Financial Capacity:
The Bidder shall submit the independent
financial auditor‘s report of the two last
years;
??nnual average turnover for two (2) of the
last three (3) years should be two (2) times
to value proposed by the Bidder for this
Contract.
5. Interested eligible Bidders may obtain
further information from Foreign Financing
Projects Management Center of the Ministry of Finance of the RoA and inspect the
bidding documents at the address given
below from 09.00 to 18.00 of local time.
A pre-bid meeting which potential bidders
may attend will be held on 21 November
2011, 15:00 (local time, GMT +4) at the
address below.
6. 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 50 USD or
equivalent in any other convertible currency. The method of payment will be a transfer of the indicated amount to the FFPMC
account number specified below. The hard
copy of the Bidding Documents will be
handed over to the Bidder‘s representative. In addition to the hard copies the document will be sent by e-mail upon request. If
there is a discrepancy between hard copy
and electronic, hard copy will prevail.
The account number details are:
1. Experience:
HSBC Bank Armenia
Min 3 years experience in operating in ICT
field;
Swift Code: MIDLAM22
001-155142 - 045
Attn: Mr. Edgar Avetyan, Executive Director.
Foreign Financing Projects Management
Center (FFPMC).
Ministry of Finance.
Room N 344, Government House 1, Republic Square.
Yerevan, Armenia.
Tel: (374-10) 523-471.
Fax: (374-10) 545-708.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
HARDWARE UND
SOFTWARELIZENZEN
(EINWOHNERMELDEAMT)
Termin: 2011-11-25
Land: Aserbaidschan
Ref-Nr: Invitation to Bid
Interne bfai-Nr: 11021042
Betrifft: UNDP Azerbaijan ; PURCHASE
AND INSTALLATION OF HARDWARE AND
SOFTWARE LICENSES FOR THE OPERATION OF THE BACK-UP CENTER OF THE
STATE REGISTER OF POPULATION
Vorgesehen:
- Lieferung und Installation von Hardware
und Softwarelizenzen für das Back-up
Center des Einwohnermeldeamtes
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
ITB for purchase and installation of hardware and software licenses for the operation of the back-up center of the State
Register of Population.
The ITB can also be uploaded from the
UNDP Azerbaijan website and from 2 other
websites, all listed at the end of this document.
Subject: Purchase and installation of hardware and software licenses for the operation of the back-up center of the State
Register of Population
We hereby solicit your bid for the supply of
hardware and software licenses.
To enable you to submit a bid, the following
Annexes can be retrieved from the UNDP
Azerbaijan website:
Annex I: Instructions to Bidders
Annex II: Bid Data Sheet
Annex III: General Terms and Conditions
Annex IV: Special Conditions
Annex V: Schedule of Requirements
Annex VI: Technical Specifications
Annex VII: Bid Submission Form
Annex VIII: Price Schedule
Annex IX: Bid Security Form
Annex X: Performance Security Form
Interested Bidders may obtain further information at the address below.
mit Content von
NfA
Auslandsausschreibungen
Bids must be delivered to the office on or
before 18.00 hours (local time) on November 25, 2011. Late bids shall be rejected.
Pre-bid conference will take place on 11
November 2011 at 15.00 hours at the
address below.
Please visit the first website below in order
to be informed about any changes in document and other tender related communication.
Bids will be opened in the presence of Bidders´ Representatives, who chose to attend
at the address below on 26 November
2011, 10:00 hours (local time).
This letter is not to be construed in any way
as an offer to contract with your firm.
Contact Persons: .
Nigar Taghiyeva.
UNDP Finance Assistant.
Fikret Khankishiyev.
UNDP Procurement Associate.
United Nations in Azerbaijan .
3, 50th anniversary street of UN, Baku.
Azerbaijan.
Tel: (+99412) 404 42 47, (+99412) 498 98
88.
E-Mail:[email protected]
and [email protected] .
Websites: http://www.un-az.org/undp/.
http://procurement-notices.undp.org/.
http://www.ungm.org/Notices/
Notices.aspx
 Finanz.: United Nations Development
Programme (UNDP)
INFORMATIONSSYSTEM
Termin: 2011-12-21
Land: Kenia
Ref-Nr: Invitation for bids (IFB), Tender
No. FLSTAP/PIU/DPFB/ICB/05/
2011-2012
Interne bfai-Nr: 11021075
Betrifft: FINANCIAL AND LEGAL SECTOR
TECHNICAL ASSISTANCE PROJECT ;
SUPPLY AND INSTALLATION OF INFORMATION SYSTEM TO SUPPORT THE
AUTOMATION OF BUSINESS PROCESSES AT THE DEPOSIT PROTECTION
FUND BOARD
Vorgesehen:
- Lieferung, Installation und Integration
eines Informationssystems zur Unterstützung der Geschäftsabläufe des
Deposit Protection Fund Board (einschl.
Personalschulung und Support)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
2. The Government of Kenya has received
a credit from the International Development Association toward the cost of Financial and Legal Sector Assistance Project
and it intends to apply part of the proceeds
of this credit to payments under the
agreement(s) resulting from this IFB: Supp-
Freitag, 04. November 2011 | Seite 34
ly and Installation of Information System to
Support the Automation of Business Processes at the Deposit Protection Fund
Board
3. The Ministry of Finance Project Implementation Unit serves as the implementing
agency for the project and now invites
sealed bids from eligible Bidders for Supply, Installation, Integration, Training and
Technical Support of Information Systems
to assist in the Automation of Business
Processes at the Deposit Protection Fund
Board. The information system(s) are
required to support:
LOT I ENTERPRISE RESOURCE PLANNING SYSTEM INTEGRATED TO DOCUMENT MANAGEMENT AND ELECTRONIC
WORKFLOW SYSTEM
LOT II DEPOSIT INSURANCE, RISK AND
CLAIMS MANAGEMENT
LOT III LIQUIDATION
LOT IV FUND MANAGEMENT
LOT V - SUPPLY AND INSTALLATION OF
BLADE SERVERS
Bidders have the option to bid for one or
more lots but must bid for all items in a Lot.
Bids quoting for incomplete items in a lot
will be considered non-responsive and
rejected. Bids shall be evaluated on a Lotby-Lot basis and the lowest evaluated bidder for each Lot will be awarded the contract for the Lot
Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank‘s Guidelines: Procurement under IBRD Loans and
IDA Credits (h) (May 2004 and revised
October 2006 and May 2010) and is open
to all Bidders from eligible source countries
as defined in the Guidelines that meet the
following minimum qualification criteria:
LOT I:
Have experience in the implementing
ERPs, Document Management and Workflow Systems for at least two (2) sites in
past five (4) years in a similar environment
(regulator) in Kenya.
Have successfully completed a minimum
of three (3) contracts similar in size and
scope in past five (5) years. The firm is
required to provide testimonials of at least
three (3) contracts similar in size and
scope.
Qualifications and experience of key technical personnel who will be expected to be
available (on site) during the project.
The tenderer must have an average annual
turnover of at least Kshs 50m and at least
50% of the turnover must be attributable to
supply and implementation of ERP Systems.
LOT II, LOT III, LOT IV
Have experience in the implementing
Deposit Insurance & Risk Management
(Lot II), Liquidation (Lot III) and Fund
Management Systems (Lot IV) for at least
one (1) deposit insurance or similar organi-
zation. The Firm is required to provide evidence of this.
Qualifications and experience of key technical personnel who will be expected to be
available (on site) during the project.
LOT V
Have successfully completed a minimum
of three (3) infrastructure projects for Blade
Servers similar in size and scope.
Have successfully setup and supported at
least two (2) mission critical sites with
Blade Servers in the last year (2010).
Be a premier partner of the principal for the
Blade Servers. The Firm is required to provide evidence of being a premium partner.
Be a certified warranty centre for the Blade
Server infrastructure.
5. Interested eligible Bidders may obtain
further information from Office of the Deputy Prime Minister and Ministry of Finance
Project Implementation Unit and inspect
the bidding documents at the address
given below from 0900 hrs to 1600 hrs
6. 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 nonrefundable fee of Kenya
Shillings Five Thousand or an equivalent
amount in a freely convertible currency.
The method of payment will be banker‘s
cheque. The bidding documents and CD
will be collected from the address provided
below or sent electronically. A pre-bid
meeting which potential bidders may
attend will be held on Wednesday 16th
November 2011
Postal Address:.
Project Manager.
Project Implementation Unit.
Attention: Procurement Specialist.
P.O Box 34542 - 00100.
Nairobi, Kenya.
Physical Address:.
Project Implementation Unit.
Attn: Procurement Specialist.
7th Floor, Anniversary Towers, North
Tower.
Bldg No.19 Monrovia Street/University
Way.
Nairobi, Kenya.
Tel: (254-20) 221-0274/221-0341.
Fax: (254-20) 221-0327.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
mit Content von
NfA
Auslandsausschreibungen
AUSRÜSTUNG,
MOBILITÄTS-INFORMATIONSSYSYTEM
Termin: 2011-12-12
Land: Kolumbien
Ref-Nr: Licitación Pública Internacional LPI No. BID 002 de 2011
Interne bfai-Nr: 11021034
Betrifft: PROGRAMA DE SERVICIOS
URBANOS PARA BOGOTÁ PROYECTO
DE APOYO INSTITUCIONAL AL SISTEMA
INTEGRADO DE TRASPORTE PÚBLICO ;
ADQUISICIÓN DE LA INFRAESTRUCTURA TECNOLÓGICA Y SU PUESTA EN
FUNCIONAMIENTO, PARA EL SISTEMA
INTEGRADO DE INFORMACIÓN SOBRE
MOVILIDAD URBANO - REGIONAL
SIMUR
Vorgesehen:
- Lieferung und Installation von Ausrüstung und der technologischen Infrastruktur für ein regionales/städtisches Mobilitäts-Informationssystem
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Bogotá D.C. ha recibido el Préstamo 2136/
OC-CO del Banco Interamericano de
Desarrollo (BID) para financiar el costo del
Programa de Servicios Urbanos para
Bogotá, Proyecto de Apoyo Institucional al
Sistema Integrado de Trasporte Público
(SITP), y se propone utilizar parte de los
fondos de este préstamo para efectuar los
pagos del contrato que se derive de la presente convocatoria.
La Secretaría Distrital de Movilidad invita a
los oferentes elegibles a presentar ofertas
selladas para la adquisición de la infraestructura tecnológica y su puesta en funcionamiento, para el Sistema Integrado de
Información sobre Movilidad Urbano Regional SIMUR.
El valor estimado es de $ 2.471.000.000
Pesos Colombianos ó aproximadamente
US$ 1,300,000,00 (incluido IVA). Este valor
estimado es solamente para propósitos de
referencia y no constituyen un umbral para
descalificaciones o restricción para los
precios de la(s) oferta(s).
La licitación se efectuará conforme a los
procedimientos de Licitación Pública Internacional (LPI) establecidos en la publicación del BID titulada Políticas para la
Adquisición de Bienes y Obras Financiados por el Banco Interamericano de Desarrollo, y está abierta a todos los oferentes
de países elegibles, según se definen en
dichas normas.
Los oferentes elegibles que estén interesados podrán obtener información adicional
por parte de La Dirección de Asuntos
Legales de la Secretaría Distrital de Movilidad,
y revisar los documentos de licitación en
las direcciones a continuación; o en el link
de la página web „Proyectos“ „SITP“, o en
la Dirección de Asuntos Legales, de lunes
Freitag, 04. November 2011 | Seite 35
a viernes, de las 09:00 a 12:00 horas y de
14:30 a 17:00 horas.
AND DISTRICT HEALTH MANAGEMENT
TEAMS
Los requisitos de calificaciones incluyen:
Relación de contratos adjudicados o en
ejecución por el proponente, o de cada
uno de los miembros del consorcio o la
unión temporal cuyo objeto sea el suministro de equipos de cómputo.
Vorgesehen:
El oferente debe proporcionar la evidencia
documentada de experiencia incluidas en
la propuesta técnica y en los criterios de
evaluación.
La capacidad financiera, se determinará
con base en el índice de liquidez, el nivel
de endeudamiento y el patrimonio.
No se otorgará un margen de preferencia a
proveedores nacionales elegibles.
Mayores detalles se proporcionan en los
documentos de licitación.
Los oferentes interesados podrán obtener
un juego completo de los documentos de
licitación, mediante presentación de una
solicitud por escrito en la dirección indicada al final de este llamado.
Las ofertas deberán hacerse llegar a la
dirección indicada abajo a más tardar a las
17:00 horas el 12 de diciembre de 2011.
Ofertas electrónicas no serán permitidas.
Las ofertas que se reciban fuera de plazo
serán rechazadas. Las ofertas se abrirán
en presencia de los representantes de los
oferentes que deseen asistir en persona a
la dirección indicada al final de este llamado, a las 17:15 horas el 12 de diciembre de
2011. Todas las ofertas deberán estar
acompañadas de una Declaración de Mantenimiento de la Oferta, de acuerdo con lo
establecido en la cláusula 21.1 de los
Datos de la Licitación.
Dirección de Asuntos Legales.
Atn: Alba Maria Peña Muñoz.
Avenida Calle 13 No. 37-35, 3er Piso.
Bogotá D. C., Colombia.
Tel: (57-1) 3649400 Ext. 4464.
Fax: (57-1) 3649431.
E-mail: [email protected].
co.
Website: www.movilidadbogota.gov.co
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
IKT-AUSRÜSTUNG,
GESUNDHEITSBEHÖRDEN
Termin: 2011-11-18
Land: Lesotho
Ref-Nr: HS-H-047-11; Invitation for
Bids
Interne bfai-Nr: 11021043
Betrifft:
MILLENNIUM
CHALLENGE
ACCOUNT - LESOTHO ; SUPPLY OF
VOICE COMMUNICATION, DATA COMMUNICATION AND INTERNET CONNECTION FOR OUT-PATIENT DEPARTMENT
- Lieferung und Installation von Sprachkommunikations-, Datenkommunikations- und Internet-Ausrüstung für
Gesundheitsämter
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
This is the Addendum Number 3 to the
Bidding Document for the Supply of Voice
Communication, Data Communication and
Internet Connection for Out-Patient
Department (OPD´s) and District Health
Management Teams (DHMT´s) (HS-H-04711) concerning the previous notice published under reference Number MCC291
issue 806, and Addendums No. 1 (MCC330
issue 809) and Addendum No. 2 (MCC342
issue 809) of Development Business.
Section 2: Bid Data Sheet
ITB 24.2 (C) should be read as:
Identification marks on the envelopes shall
include:
HS-H-047-11
Supply of Voice Communication, Data
Communication and Internet Connection
for Out-Patient Department (OPD´s) and
District Health Management Teams
(DHMT´s) (HS-H-047-11)
DO NOT OPEN BEFORE 2:30 PM, 18
November 2011
ITB 25.1 should be read as:
The deadline for submission of Bids is as
follows:
Att.: Procurement Head
MCA-Lesotho
Post Office Building, 5th Floor
Kingsway Road
Maseru, Lesotho.
Tel: +266 22317017
Fax: +266 22311516
E-mail: [email protected]
[email protected]
[email protected])
(copy
to
and
18 November 2011, 12:00 hours (local time
of Lesotho)
ITB 28.1 should be read as:
For Bid opening purposes only, the
Purchaser´s address is:
Att.: Procurement Head
MCA-Lesotho
Post Office Building, 5th Floor
Kingsway Road
Maseru, Lesotho.
Tel: +266 22317017
Fax: +266 22311516
E-mail: [email protected]
[email protected]
[email protected])
(copy
to
and
mit Content von
NfA
Auslandsausschreibungen
Date and Time of Bid Opening: 18 November 2011, 2.30 PM (Local Time of Lesotho)
Millennium Challenge Account Lesotho.
Mrs. Sophia Mohapi, CEO, MCA-Lesotho.
5th Floor, Post Office Building.
Kingsway Road.
PO Box 7014, Maseru 100, Lesotho.
Tel: (266) 2231-7017.
Fax: (266) 2231-1516.
E-email:
[email protected]/
[email protected].
Website: www.mca.org.ls
 Finanz.: Sonstige Entwicklungsbanken
GEODÄTISCHES
BEZUGSSYSTEM
Termin: 2011-12-15
Land: Mazedonien
Ref-Nr: Invitation for Bids (IFB), IFB
No. MK-RECRP-7928MK-ICBC5.4-9
Interne bfai-Nr: 11021067
Betrifft: REAL ESTATE CADASTRE AND
REGISTRATION PROJECT ; LEVELING
NETWORK OF REPUBLIC OF MACEDONIA - ESTABLISHMENT AND LEVELING
OF MAIN POLYGONS AND TRAVERSES PART 1
Vorgesehene Leistung:
- Einführung eines Nivellementnetzes in
Mazedonien
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Republic of Macedonia has received
a loan from the International Bank for
Reconstruction and Development towards
the cost of Real Estate Cadastre and
Registration Project and intends to apply
part of the funds to cover eligible payments
under the Contract for Leveling Network of
Republic of Macedonia - Establishment
and Leveling of Main Polygons and Traverses - Part 1, IFB #: MK-RECRP-7928MKICB-C5.4-9
3. The Agency for Real Estate Cadastre
now invites sealed bids from eligible bidders for: Leveling Network of Republic of
Macedonia - Establishment and Leveling of
Main Polygons and Traverses - Part 1. The
delivery period is 12 months.
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), May 2004,
revised October 2006 and May 2010, and
is open to all bidders from Eligible Source
Countries as defined in the Bidding Documents.
5. Interested eligible bidders may obtain
further information from the Project
Management Unit of Agency for Real Estate Cadastre, Attn: Ms. Tatajana Cenova
Freitag, 04. November 2011 | Seite 36
Mitrevska, Project Manager, and inspect
the Bidding Documents at the address
given below from Monday to Friday 09:00
to 15:00 hours.
6. Qualifications requirements include:
Minimum average annual turnover of geodetic works of any type size and nature,
calculated as total certified payments
received for contracts in progress or completed, within the last three (3) years, shall
be not less than the equivalent of, as follows: EUR 350,000 (five hundred thousand
Euros) per year.
SWIFT: NBRM MK 2X
IBAN: MK 07100701000066130
National Bank of the Republic of Macedonia
Correspondent bank: DEUTCHE BANK
FRANKFURT,
Frankfurt am Main, Germany
SWIFT BIC: DEUT DE FF;
or
2. MKD account (for payment in MKD)
Account No. 2100100450786-22
Participation as contractor, management
contractor, or subcontractor, in at least two
(2) contracts within the last ten (10) years,
each with a value of at least EUR 100,000
(one hundred thousand Euros), that have
been successfully and substantially completed and that are similar to the proposed
Works. The similarity shall be based on the
physical size, complexity, methods/
technology and contracts for performance
of similar works in the field of engineering
geodesy, or other characteristics as described in Section VI, Employer‘s Requirements in the BD.
In favor of the Agency for Real Estate
Cadastre
For the above or other contracts executed
during the period above, a minimum experience in the following key activities: Carrying out reconnaissance of the benchmarks, its monumentation, and measurement of the high precision leveling network
(or similar networks in the field of engineering geodesy).
Project Management Unit; Ground Floor.
More detailed qualification requirements
are presented in the Bidding Documents.
Additional requirements:
According to the Law on Real Estate and
Cadastre (Official Gazette of RM no. 40/
2008 and no. 158/10) and Regulation on
the license for performance of geodetic
works, the conditions required for performance of geodetic works and the register
of sole proprietors - authorized surveyors
and trade companies for geodetic works
(Official Gazette of RM no. 118/08) the
contractor should possess a License for
performance of geodetic works, issued by
the Agency for Real Estate Cadastre. The
successful bidder should possess or
obtain the required license and should present a copy of it to the Employer after the
notification of contract award and prior to
the contract signing. If successful bidder is
a Joint Venture, at least one partner of the
JV should possess or obtain License.
A margin of preference for eligible national
contractors/joint ventures shall not be
applied.
Additional details are provided in the Bidding Documents.
The method of payment will be:
1. EUR account (for payment in EUR)
Beneficiary: Agency for Real Estate Cadastre
ref.no. 7928MK-ICB-C5-4-9
(income code 724125; program 3A)
ref.no. 7928MK-ICB-C5-4-9
The exchange rate to be applied is the selling exchange rate from the list of the National Bank of the Republic of Macedonia,
prevailing on the day of payment. The Bidding Documents will be sent by courier at
the address indicated by the bidder.
Agency for Real Estate Cadastre.
Ms. Tatjana Cenova Mitrevska.
Trifun Hadzi Janev 10, 1000 Skopje, Macedonia.
Fax: (389-2) 317-5987 ext. 103.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
IT-AUSRÜSTUNG
Termin: 2011-11-10
Land: Sudan
Ref-Nr: Invitation to Bid; ITB Number:
ITB/KRT/GF/11/023 - A
Interne bfai-Nr: 11021041
Betrifft: UNDP SUDAN ; PROCUREMENT
OF IT EQUIPMENT
Vorgesehen:
- Lieferung von IT-Ausrüstung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The United Nations Development Programme (UNDP), North Sudan (Khartoum)
hereby invites you to submit a quotation for
the Procurement of IT Equipment.
To enable you to submit a bid, please go to
the website indicated below to obtain the
complete set of the bid solicitation documents:
Interested Bidders may obtain further information at the following address:
Bids must be delivered to the UNDP Sudan
Khartoum office, Garden City premises,
Building # 290, P.O. Box 913; 11111 Khartoum on or before 12:00 hours (local time
Khartoum/Sudan) on 10 November 2011.
Late bids shall be rejected. Bid sent via fax
or email will not be accepted.
mit Content von
NfA
Auslandsausschreibungen
Bids will be opened on 10 November 2011
at 14:00 hours (local time Khartoum) at
UNDP Garden City Meeting Room, Building # 290, Garden City/Khartoum in the
presence of Bidders´ representatives who
choose to attend.
Freitag, 04. November 2011 | Seite 37
AUSRÜSTUNG,
SER VERRAUM
Sudan.
Termin: 2011-12-20
Land: Uruguay
Ref-Nr: Llamado a licitación
Interne bfai-Nr: 11021088
Betrifft: PROGRAMA DE APOYO A LA
GESTIÓN DEL COMERCIO EXTERIOR ;
EQUIPAMIENTO DE SALA DE SERVIDORES DEL MINISTERIO DE RELACIONES
EXTERIORES
Email: [email protected].
Vorgesehen:
Website for bid solicitation documents:
http://intra.sd.undp.org//bids/undp.php
 Finanz.: United Nations Development
Programme (UNDP)
- Lieferung von Ausrüstung für die Modernisiserung des Serverraums des Außenministeriums
EDV-AUSRÜSTUNG (LVIV)
Se invita a empresas a presentar ofertas
para equipar y refaccionar la sala de servidores del Ministerio de Relaciones Exteriores. Las mismas deberán enviarse a la
casilla de correo electrónico que se indica
a continuación hasta el 20 de diciembre de
2011 inclusive a la hora 15, indicando en el
asunto del correo „Ref. Licitacion sala de
servidores MRREE“.
UNDP-Global Fund Procurement Section.
Attn: GFATM Procurement Section.
UNDP Garden City Office, Building # 290.
P. O. Box 913, Khartoum.
Termin: 2011-11-28
Land: Ukraine
Interne bfai-Nr: 11021004
Betrifft: Eisenbahn, Liviv
Vorgesehene Lieferung:
- EDV-Ausrüstung; 290 Positionen
Bietgarantie: 60.000 UAH
Ausschreibender:
- VP Informazijno-Obtschisljuvalnij Zentr
DTGO Lvivska Salisnizja, Vul. Gogoja, 1
79000 Lviv, Herr Oleksandr Petrovitsch
Prokopiv, Herr Oleksij Vadimovitsch Kiritschenko, Tel: 32/ 2262703; 2263810;
2265995, Fax: 32/ 2264139, E-Mail:
[email protected], Ukraine
Empfohlene Korrespondenzsprache: Ukrainisch
 Finanz.: Eigenfinanzierung
EDV-AUSRÜSTUNG,
JUSTIZMINISTERIUM
(KIEV)
Termin: 2011-11-28
Land: Ukraine
Interne bfai-Nr: 11021001
Betrifft: Justizministerium, Kiev
Vorgesehen:
- Lieferung von EDV-Ausrüstung, u.a.
PCs; 1.017 Positionen
Bietgarantie: 145.000 UAH
Ausschreibender:
- Ministerstvo Justiziji Ukrajini, Vul. Gorodezkogo, 13 01001 Kiev, Herr Sergij
Mikolajovitsch Taradaj, Frau Tetjana Ivanivna Goman, Tel: 44/ 2711652;
2711797, Ukraine
Unterlagen (Preis fehlt) bei:
- Ministerstvo Justiziji Ukrajini, Prov. Rilskij,
10 01015 Kiev, Ukraine
Empfohlene Korrespondenzsprache: Ukrainisch
 Finanz.: Eigenfinanzierung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
El monto estimado en primera instancia
para la presenta adquisición es de US$
270.000
El pliego correspondiente se encuentra
disponible en la página web que se indica
más bajo.
Ministerio de Relaciones Exteriores.
E-mail: [email protected].
Website:
www.mef.gub.uy/
adquisiciones.php
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
ELEKTROTECHNIK
ENERGIEWIRTSCHAFT
TRAFOS I
Termin: 2011-12-12
Land: Bangladesch
Ref-Nr: Pur-206/2011-12/rev.(CF)
Interne bfai-Nr: 11021053
Vorgesehen:
- Lieferung von 4 Trafos
Bietgarantie: 25.000 USD
Unterlagen für 8.000 BDT bis 11.12.11 bei:
- Bangladesh Power Development Board,
WAPDA, Building (Ist Floor) Motijheel C/A Dhaka 1000, Directorate of
Purchase, Mr. Abul Baser Khan, Tel: 29550532; 7120887, Fax: 2-7126151,
E-Mail: [email protected], Internet:
wwww.bpdb.gov.bd, Bangladesch
Empfohlene Korrespondenzsprache: ENGLISCH
 Finanz.: Eigenfinanzierung
TRAFOS II
Termin: 2011-11-30
Land: Bangladesch
Ref-Nr: Pur-133/Trans/-250KVA/L.C./
2011-12
Interne bfai-Nr: 11021037
Vorgesehen:
- Lieferung von 4 Trafos
Unterlagen für 10.000 BDT bis 29.11.11
bei:
- Bangladesh Power Development Board,
WAPDA, Building (Ist Floor) Motijheel C/A Dhaka 1000, Directorate of
Purchase, Mr. Abul Baser Khan, Tel: 29550532; 7120887, Fax: 2-7126151,
E-Mail: [email protected], Internet:
wwww.bpdb.gov.bd, Bangladesch
Empfohlene Korrespondenzsprache: ENGLISCH
 Finanz.: Eigenfinanzierung
TRENNSCHALTER UND
SICHERUNGEN
BAU, GASLEITUNGEN
(OSTANINO)
Termin: 2011-12-21
Land: Tunesien
Ref-Nr: CI 2011 D 3000
Interne bfai-Nr: 11021026
Vorgesehen:
Termin: 2011-11-29
Land: Ukraine
Interne bfai-Nr: 11021003
Vorgesehene Leistung:
- Lieferung von Trennschaltern und Sicherungen, Mittelspannung
Unterlagen für 38 EUR bei:
- STEG, 38, Rue Kamél Atatürk 1080 Tunis
Bâtiment G 2ème étage, Direction Logistique de la Distribution, Tel: 71-341 311;
-4190; -4627, Fax: 71-349 981, Internet:
www.steg.com.tn, Tunesien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
- Bau einer Hochdruck-Gasleitung in der
Ortschaft Ostanino
Ausschreibender:
- Golovne Upravlinnja Kapitalnogo Budivniztva Pri Radi Ministriv AR Krim, Vul.
Lenina, 17 95001 Simferopol, AR Krim,
Herr Sergij Volodimirovitsch Liptschenko, Tel: 652/ 273792; 569148, Fax: 652/
273792, Ukraine
Empfohlene Korrespondenzsprache: Ukrainisch
 Finanz.: Eigenfinanzierung
mit Content von
NfA
Auslandsausschreibungen
BAU, GASLEITUNGEN
(KRASNOGORKA)
Termin: 2011-11-30
Land: Ukraine
Interne bfai-Nr: 11021002
Vorgesehene Leistung:
- Bau einer Hochdruck-Gasleitung bis zur
Ortschaft Krasnogorka
Ausschreibender:
- Golovne Upravlinnja Kapitalnogo Budivniztva Pri Radi Ministriv AR Krim, Vul.
Lenina, 17 95001 Simferopol, AR Krim,
Herr Sergij Volodimirovitsch Liptschenko, Tel: 652/ 273792; 569148, Fax: 652/
273792, Ukraine
Empfohlene Korrespondenzsprache: Ukrainisch
 Finanz.: Eigenfinanzierung
FA H R Z E U G B A U
FL UGHAFENSPEZIALFAHRZEUGE
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:120108048BPC:
120115925BPP etc.
Interne bfai-Nr: 11021086
Betrifft: GUANGZHOU BAIYUN INTERNATIONAL AIRPORT GROUND HANDLING
SERVICE COMPANY LTD
Vorgesehene Lieferung(en):
- Flugzeugschlepper, Containerbe-/-entladefahrzeug (2 Aufträge)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Guangzhou Baiyun International Airport Special vehicles equipment
GMG International Tendering Co.,Ltd. entrusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: Sub-package 1: No mop aircraft
tractor 1; sub-package 2: aircraft loading
and unloading container board machine,
see the technical specifications 2.Price of
Bidding Documents: sub-package 1:
230.00; sub-package 2:150.00 3.Time of
Selling Bidding Documents: October 31,
2011 to November 22, 2011 (except holidays) from 9:00 to 12:00 and 14:00 ~ 16:30
(Beijing time) 4.Place of Selling Bidding
Documents: 726 Dongfeng Road East,
Guangzhou, 2nd Floor 5.The Deadline for
Submitting Bids / Time of Bid Opening
(Beijing Time): 2011-11-22 09:30 6. 7.Place
of Bid Opening: 726 Dongfeng Road East,
Guangzhou, 2nd Floor, Conference Room
9 Source: chinabidding.com/en
Contact Address:
Freitag, 04. November 2011 | Seite 38
- GMG International Tendering Co. Ltd.,
726 Dongfeng Road East Guangzhou, Mingqiuli, Tel: 20-87768198; 615, Fax: 20-87673286, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
FAHRZEUGE
Termin: 2011-12-14
Land: Kambodscha
Ref-Nr: ADB-GMS-CDC2-ICB-G-11-001
Interne bfai-Nr: 11021014
Betrifft: Second Greater Mekong Subregion Communicable Disease Control Project
Vorgesehen:
- Lieferung von Pickups mit Allradantrieb
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The Royal Government of Cambodia has
received a Grant from the Asian Development Bank (ADB) toward the cost of
Second Greater Mekong Subregion Regional Communicable Disease Control Project
(Grant 0231-CAM: GMS-CDC2) (implemented under the integrated Second
Health Sector Support Program) and it
intends to apply part of the proceeds of
this Grant to payments under the contract
for Vehicles (4WD Pick-Up).
2. The Ministry of Health now invites sealed
bids from eligible bidders for 15 units of
4WD Pick-Up.
3. International Competitive Bidding will be
conducted in accordance with ADB‘s Single-Stage: One-Envelope procedure and
open to all Bidders from eligible source
country. Interest eligible Bidders may
obtain further information from Health Sector Support Program Secretariat, Ministry
of Health, and inspect the Bidding Document at the address given below.
4. The Bidding Document in the English
language may be purchased by interest
Bidders on the submission of a written
application to the address below and upon
payment of a non-refundable fee of USD
70 or its equivalent in a freely convertible
currency. Documents may also be requested by mail or fax. A complete of documents will be couriered to the applicant (if
so requested) upon receipt of a total non
refundable payment of USD 100 or an
equivalent amount in a freely convertible
currency (which includes an additional
amount of USD 30 for courier charges).
The method of payment will be certified
check or electronic transfer direct deposit
to National Bank of Cambodia, account
Name:
MOH:
GMS
RCDC
Proj
0025CAMSF; Account No. 000000001182.
No liability will be accepted for loss or late
delivery.
5. Bids must be delivered to the address
below at or before 10:00 a.m. on 14
December 2011. All Bids must be accompanied by a Bid Security as specified in the
bidding document. Late bids shall be rejected. Bids will be opened in the presence of
the Bidders‘ representatives who choose
to attend after the bid closing at 10:10 AM
of the same date and address at the
Ministry of Health.
6. The Ministry of Health will not be responsible for any cost or expenses incurred by
Bidders in connection with the preparation
or delivery of Bids.
Ministry of Health
Health Sector Support Program Secretariat
Dr. Lo Veasnakiry, Program Coordinator
No. 151-153 Kampuchea Krom Boulevard
Phnom Penh, Kingdom of Cambodia
Tel: (offfiece hours): +855-23 880 260Fax:
(office hours): +855-23 880 262
 Finanz.: Asiatische Entwicklungsbank /
Asian Development Bank (ADB)
GESUNDHEITSWESEN
VETERINÄRMEDIZINISCHE
DIENSTE (IMPFKAMPAGNE)
Termin: 2011-11-16
Land: Côte d‘Ivoire
Ref-Nr: No. MI 005/PPAAO /11
Interne bfai-Nr: 11021103
Betrifft: PROGRAMME DE PRODUCTIVITE
AGRICOLE EN AFRIQUE DE L‘OUEST
(PPAAO/WAAPP) - VOLET COTE D‘IVOIRE
; SELECTION DE CONSULTANTS INDIVIDUELS VETERINAIRES PRIVES POUR LA
VACCINATION DES VOLAILLES TRADITIONNELLES DANS LA ZONE NORD DE LA
COTE D‘IVOIRE
Vorgesehen:
- gesucht werden Veterinärärzte zur
Durchführung einer Impfkampagne für
Geflügel
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. Cet avis à manifestation d‘intérêt fait
suite à l‘Avis Général de Passation des
Marchés paru le 09 juin 2011 dans le
‚Development Business Online‘(UNDB) et
‚DgMarket‘.
2. Le Gouvernement de la République de
Côte d‘Ivoire a reçu un don de l‘Association
Internationale de Développement (IDA)
pour le financement du Programme de productivité agricole en Afrique de l‘Ouest
(PPAAO/WAAPP)-Volet Côte d‘Ivoire, d‘un
montant de 30 millions de dollars US. Une
partie de ce montant sera utilisée pour le
paiement du contrat des prestations de
services de Consultants individuels dans le
cadre du projet.
3. Le présent Avis à Manifestation d‘intérêt
a pour objectif de recruter des vétérinaires
privés disposant d‘un mandat sanitaire
délivré par le Ministère des Ressources
Animales et Halieutiques, pour effectuer
une campagne de vaccination des Im traditionnelles dans la zone Nord de la Côte
d‘Ivoire, répartie en quatre (4) lots suivants:
mit Content von
NfA
Auslandsausschreibungen
Lot 1: Départements de Korhogo et Sinématiali
Lot 2: Départements de Ferkessedougou
et Ouangolodougou
Lot 3: Départements de Boundiali, Kouto,
et Tengrela
Lot 4: Département de Bouna (y compris
Nassian, Doropo et Téhini)
Les candidats auront le choix entre un ou
plusieurs lots.de
4. Le Fonds Interprofessionnel pour la
Recherche et le Conseil Agricoles (FIRCA),
Agence d‘Exécution du PPAAO/WAAP,
invite les vétérinaires privés admissibles à
manifester leur intérêt à fournir les services
décrits ci-dessus. Ils doivent fournir des
informations pertinentes indiquant qu‘ils
sont qualifiés pour exécuter les prestations
demandées. Le dossier de candidature
devra comporter:
Une lettre de manifestation d‘intérêt précisant les zones d‘intérêt
Le Curriculum vitae (CV) du vétérinaire
privé mentionnant les références pertinentes en rapport avec la mission
La copie légalisée du diplôme
5. Le consultant individuel sera sélectionné
sur la base de comparaison d‘au moins 3
CV pour chacun des quatre (4) lots suscités, en accord avec les Directives: Sélection et l‘Emploi de Consultants par les
emprunteurs de la Banque mondiale, Mai
2004, version révisée Octobre 2006 et janvier 2011.
6. Les consultants individuels (vétérinaires
privés) intéressés peuvent obtenir les informations supplémentaires à l‘adresse cidessous tous les jours ouvrables, de 8
heures 00 à 12 heures 00 heures et de 15
heures à 17 heures (heures locales).
Fonds Interprofessionnel Pour La Recherche Et Le Conseil Agricoles (FIRCA).
AGENCE D‘EXECUTION DU PROGRAMME DE PRODUCTIVITE AGRICOLE DE
L‘AFRIQUE DE L‘OUEST (PPAAO/WAAPP)
- Volet COTE D‘IVOIRE.
Sise aux II Plateaux, 7ème Tranche, Rue L
133, non loin de l‘agence commerciale de
la CITELCOM, Abidjan.
01 BP 3726.
Freitag, 04. November 2011 | Seite 39
MASCHINEN- UND
ANLAGENBAU
FÖRDERANLAGEN,
HEBEZEUGE
Termin: 2011-12-06
Land: Algerien
Ref-Nr: 60 IN 11
Interne bfai-Nr: 11021025
Vorgesehen:
- Lieferung von Förderanlagen und Hebezeugen
Unterlagen für 44 EUR bei:
- Enafor, Siége des opérations Base
IRARA ENAFOR Hassi Messaoud,
Département Passation de Marchés, Tel:
29-73 75 40; -81 50, Fax: 29-73 21 70,
Internet: www.enafor.dz, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
AUFZÜGE
Termin: 2011-12-02
Land: Algerien
Ref-Nr: 21/DT/SCIZ/2011
Interne bfai-Nr: 11021055
Vorgesehen:
- Lieferung und Installation von 2 Aufzügen
Unterlagen für 217 EUR bei:
- Société des Ciments de Zahana, BP 56
Zahana Wilaya de Mascara, Secrétariat
des Marchés, Tel: 45/ 83 11 48; -49, Fax:
45/ 83 11 45, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
PUMPEN,
LUFTKOMPRESSOR
Termin: 2011-11-28
Land: Algerien
Ref-Nr: RTE/SDFJ/JUR N°40/10
Interne bfai-Nr: 11021023
Vorgesehen:
- Lieferung von Pumpen und eines Luftkompressors
Unterlagen für 65 EUR bei:
- Sontarach Skikda, Zone Industrielle Hamrouche Hamoudi 21000 Skikda,
Département Juridique, Tel: 21-54 70 00,
Internet: www.sonatrach-dz.com, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
Abidjan 01 Côte d‘Ivoire.
LUFTKOMPRESSOREN
Tel: (225-22) 52-81-81.
Termin: 2011-11-28
Land: Algerien
Ref-Nr: 0130/ENSP/DPE/AE/INV/11
Interne bfai-Nr: 11021022
Vorgesehen
Fax: (225-22) 52-81-87.
E-mail: [email protected]
 Finanz.: Weltbankgruppe
- Lieferung von 20 mobilen Luftkompressoren
Unterlagen für 33 EUR bei:
- Entreprise Nationale de Services Aux
Puits Ouargla, BP 83, Zone Industrielle Hassi Messaoud, Structure Passation
des Marchés, Tel: 29-77 73 33, Fax: 2973 82 01, Internet: www.enspgroup.com,
Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
PLANUNG / BAU EINES
KÜHLHAUSES (BELHACEL)
Termin: 2012-02-09
Land: Algerien
Ref-Nr: 16/11
Interne bfai-Nr: 11021021
Vorgesehen:
- Auslegung und Bau eines Kühlhauses in
Belhacel
Unterlagen für 217 EUR bei:
- Société Frigomedit, Rue Triploi Site Groupe le Galenco Hussein Dey Alger, Tel: 2149 87 64; 661-52 77 74, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
PLANUNG / BAU EINES
KÜHLHAUSES (BÉCHAR)
Termin: 2012-02-06
Land: Algerien
Ref-Nr: 13/11
Interne bfai-Nr: 11021020
Vorgesehen:
- Auslegung und Bau eines Kühlhauses in
Béchar
Unterlagen für 217 EUR bei:
- Société Frigomedit, Rue Triploi Site Groupe le Galenco Hussein Dey Alger, Tel: 2149 87 64; 661-52 77 74, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
PLANUNG /
BAU EINES KÜHLHAUSES
(AIN NOUISSY)
Termin: 2012-02-08
Land: Algerien
Ref-Nr: 15/11
Interne bfai-Nr: 11021019
Vorgesehen:
- Auslegung und Bau eines Kühlhauses in
Aïn Nouissy
Unterlagen für 217 EUR bei:
- Société Frigomedit, Rue Triploi Site Groupe le Galenco Hussein Dey Alger, Tel: 2149 87 64; 661-52 77 74, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
mit Content von
NfA
Auslandsausschreibungen
PLANUNG / BAU EINES
KÜHLHAUSES (TINDOUF)
Termin: 2012-02-07
Land: Algerien
Ref-Nr: 14/11
Interne bfai-Nr: 11021018
Vorgesehen:
- Auslegung und Bau eines Kühlhauses in
Tindouf
Unterlagen für 217 EUR bei:
- Société Frigomedit, Rue Triploi Site Groupe le Galenco Hussein Dey Alger, Tel: 2149 87 64; 661-52 77 74, Algerien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
BAGGER
Termin: 2011-12-12
Land: Bangladesch
Ref-Nr: PD/PDAC-6(ILoC)2011-12/01
Interne bfai-Nr: 11021054
Vorgesehene Lieferung:
- 6 Bagger, inkl. Zubehör
Bietgarantie: 45 Mio. BDT
Unterlagen für 50.000 BDT bei:
- Bangladesh Water Development
Board, 62, Isha Khan Road Hajiganj Narayanganj 1400, Directorate of Dredger, Engr. Md. Shahajahan,
Tel: 2-7632367, Fax: 2-7630530, EMail: [email protected], Internet:
wwww.bwdb.gov.bd, Bangladesch
Bietertreffen am 21.11.11
Empfohlene Korrespondenzsprache: ENGLISCH
 Finanz.: Eigenfinanzierung
WERKZEUGMASCHINEN
Termin: 2011-11-18
Land: China
Ref-Nr: BPG:121395148BPC:
121406094BPP
Interne bfai-Nr: 11021013
Betrifft: YANTAIMOON CO. LTD.
Vorgesehene Lieferung(en):
- Präzisionsbohrmaschine, Fräsausrüstung und Drehbank
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Blade AVIC International
Trade & Economic Development ., LTD entrusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.28,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data:Ref.-No.
BPG:121395148BPC:
121405213BPP: Fine boring tool 1 set.,
Ref.-No.
BPG:121395148BPC:
121405214BPP: Semi precision boring tool
1 set. Ref.-No. BPG:121395148BPC:
Freitag, 04. November 2011 | Seite 40
121405532BPP: Milling cutter 1 set. Ref.No. BPG:121395148BPC:121405805BPP:
Lathe tool 1 set. Ref.-No. BPG:
121395148BPC:121406094BPP: Blade 1
set. 2.Price of Bidding Documents: Bidding
Document for each package (a nonrefundable) payment for: 300RMB or 50
USD. For mail order, another RMB 50 or
US $ 30 should be added for each set.
3.Time of Selling Bidding Documents: Between 9:00 ~11:30am and 1:00~4:30 pm
(Beijing time)except holidays, from now on
to the deadline for submitting bids 4.Place
of Selling Bidding Documents: Yantai city
Laishan District Sea View 128 the Yellow
Sea international A building 14 floor 5.The
Deadline for Submitting Bids/Time of Bid
Opening (Beijing Time): 2011-11-18 08:30
6. 7.Place of Bid Opening: Yantai city Laishan District Sea View 128 the Yellow Sea
international A building 14 floor conference
room_ Source: chinabidding.com/en
Contact Address:
- AVIC International Trade & Economic
Development LTD., Sea View 128 Laishan District Yantai City, Zhen zhen, Tel:
535-3970367, Fax: 535-3970359, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
RUNDSCHLEIFMASCHINE
Termin: 2011-11-18
Land: China
Ref-Nr: BPG:120726703BPC:
121538391BPP
Interne bfai-Nr: 11021012
Betrifft: ZF Shanghai Steering System Co.
Ltd.
Vorgesehene Lieferung(en):
- Rundschleifmaschine für Ventile
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Valve rotor grinding chamfer
machine Shanghai Machinery & Electric
Equipment Tendering Co.Ltd entrusted by
the purchaser, invites sealed bids from eligible suppliers home and abroad for the
supply of the following goods and/or service by way of International Competitive
Bidding . The tender notice was released
on www.chinabidding.comon 10.28,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: Valve rotor grinding chamfer machine one set 2.Price of
Bidding Documents: 230.00 3.Time of Selling Bidding Documents: From 2011-10-28
4.Place of Selling Bidding Documents:
Shanghai Machinery & Electric Equipment
Tendering Co.,Ltd. 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing
Time): 2011-11-18 14:00 6. 7.Place of Bid
Opening: Shanghai Machinery & Electric
Equipment Tendering Co.,Ltd. Source:
chinabidding.com/en
Contact Address:
- Shanghai Machinery & Electric Equipment Tendering Co. Ltd., 16F Hengda
Mansion 285# Changshou Road Shang-
hai, ZengWenjuan YuXiaodan Chuxiaojun, Tel: 21-32557705, Fax: 21-32557272,
E-Mail: [email protected], China
 Finanz.: Eigenfinanzierung
SCHLEIFMASCHINE
Termin: 2011-11-18
Land: China
Ref-Nr: BPG:120729678BPC:
121539754BPP, BPG:
120729678BPC:
121539764BPP
Interne bfai-Nr: 11021010
Betrifft: ZF Shanghai Steering System Co.
Ltd.
Vorgesehene Lieferung(en):
- universelle NC-Schleifmaschine
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Numerical Control Universal
O.D Grinding Machine Shanghai Machinery & Electric Equipment Tendering Co.Ltd
entrusted by the purchaser, invites sealed
bids from eligible suppliers home and
abroad for the supply of the following
goods and/or service by way of International Competitive Bidding . The tender notice
was released on www.chinabidding.comon
10.28,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: Numerical Control Universal O.D
Grinding Machine one set 2.Price of Bidding Documents: 155.00 3.Time of Selling
Bidding Documents: From 2011-10-28
4.Place of Selling Bidding Documents:
Shanghai Machinery & Electric Equipment
Tendering Co.,Ltd. 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing
Time): 2011-11-18 14:00 6. 7.Place of Bid
Opening: Shanghai Machinery & Electric
Equipment Tendering Co.,Ltd. Source:
chinabidding.com/en
Contact Address:
- Shanghai Machinery & Electric Equipment Tendering Co. Ltd., 16F Hengda
Mansion 285# Changshou Road Shanghai, ZengWenjuan YuXiaodan Chuxiaojun, Tel: 21-32557705, Fax: 21-32557272,
E-Mail: [email protected], China
 Finanz.: Eigenfinanzierung
GERUCHSBESEITIGUNGSANLAGE, KLÄR WERK
Termin: 2011-12-13
Land: China
Ref-Nr: Contract No. HN-WWTPEQ-M1
Interne bfai-Nr: 11021104
Betrifft: HUNAN URBAN DEVELOPMENT
PROJECT - CHANGSHA WASTEWATER
COMPONENT ; SUPPLY & INSTALLATION
OF ODOR REMOVAL SYSTEM FOR
CHANGSHANYUAN
WASTEWATER
TREATMENT PLANT (160,000 T/D)
Vorgesehen:
mit Content von
NfA
Auslandsausschreibungen
- Lieferung, Installation und Inbetriebnahme einer Geruchsbeseitigungsanlage für
das Klärwerk Changshanyuan
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The government of the People‘s Republic of China has received a loan from the
International Bank for Reconstruction and
Development/International Development
Association toward the cost of Hunan
Urban Development Project (Loan No.
4751-CHA), and it intends to apply part of
the proceeds of this loan to payments
under the contract for supply, installation
and commissioning (including civil works)
of odor removal system for Changshanyuan Wastewater Treatment Plant (WWTP)
with the contract No. being HN-WWTPEQ-M1.
3. Hunan Zhongji Project Management
Co., Ltd. now invites sealed bids from eligible bidder for Contract HN-WWTP-EQM1 which includes: supply & installationof
odor removal system for Changshanyuan
WWTP including all mechanical, electrical
and controls equipment and associated
civil works construction. The Time for
Completion of the Facilities will be 9
months from the contract Effective Date.
The Time for completion of commissioning
(including functional guarantee test) will be
10 months from the contract Effective
Date.
4. Bidding will be conducted through the
international competitive bidding procedures specified in the World Bank‘s Guidelines: Procurement under IBRD Loans and
IDA Credits (h), and is open to all bidders
from eligible source countries as defined in
the guidelines.
5. Interested eligible bidders may obtain
further information from Hunan Zhongji
Project Management Co., Ltd. and inspect
the bidding documents at the address
given below from 8:30am-11:30am and 2:
30pm-5:30pm,(Beijing time) except the
Saturday, Sunday and Holidays starting
from November 1, 2011:
12th Floor,Golden Business Center, No.
117
Xiang
Fu
Road,
Yuhua
District,Changsha, Hunan Province, China
410004
Ms. Tang Min, Mr. Liu Bing; Mr. Liu Hao
Tel: +86-731-8431 5268-8307
Fax: +86-731-8416 9656
6. A complete set of bidding documents in
Chinese and English may be purchased by
interested bidders on the submission of a
written application to the address below
and upon payment of a nonrefundable fee
of RMB ?1000 or US $150. The method of
payment will be cash or telegraphic transfer follows the account below. RMB ?200
yuan (for domestic bidders) or RMB ?400
Yuan/USD $50 (for abroad bidders) shall be
added for postage if mail order is requested. The document will be sent by courier
Freitag, 04. November 2011 | Seite 41
promptly, but under no circumstances will
the Employer/Procurement Agent hold any
responsibility for late delivery or loss of the
documents so mailed.
Bank: Changsha Xiangfu Road Branch of
Bank of Communications
Account Name: Hunan Zhongji Project
Management Co., Ltd.
Acct. No.: 431625000018010026765
The 4th Floor, Zhong-Long International
Building, No.800, Wu-Yi Road, Changsha
Municipality, Hunan Province, P. R. China.
.
The Employer: Changsha Municipal Drainage Co., Ltd.
Attn: Mr. Liang Jun.
No. 199, Fu-Rong North Road, Changsha
Hunan, China 410008.
Tel: (86-731) 8480-8107.
Fax: (86-731) 8480-8708.
E-mail: [email protected].
Procurement Agent: Hunan Zhongji Project
Management Co., Ltd.
12th Floor,Golden Business Center, No.
117
Xiang
Fu
Road,
Yuhua
District,Changsha, Hunan Province.
China 410004.
Tel: (86-731) 8431 5268-8307.
Fax: (86-731) 8416-9656.
Attn: Ms. Tang Min; Mr. Liu Bing; Mr. Liu
Hao
 Finanz.: Weltbankgruppe
BETONSPRITZE (TBILISI)
Termin: 2011-11-18
Land: Georgien
Interne bfai-Nr: 11021006
Vorgesehene Leistung:
- Lieferung einer stationären Betonspritze
(Betonpumpe); 2 Zylinder; Kapazität min.
30-120 l; Druck 30-40 Bar; Kompressorkapazität ca. 3,5-4 Bar; Elektromotor;
max. Gewicht 1.200 kg; Länge max. 3,5
m; Breite max. 1,8 m; Höhe max. 1,5 m
Auftragswert: 60.900 GEL, inkl. UST (ca.
26.478 EUR)
Auftraggeber:
- Transport Company Tbilisi, Ansprechpartner: Herr Levani Papaschvili Tbilisi, Tel: 32/ 2935050, E-Mail:
[email protected], Georgien
Informationen
auch
bei:
- Kontaktbüro der Deutschen Wirtschaft in
Georgien, Tel.: 00995 32/ 2205767, EMail: [email protected]
Weitere Details abrufbar unter: http://tende
rs.procurement.gov.ge/public/?go=32491
 Finanz.: Eigenfinanzierung
SPÜLGERÄT
(KÜSTENSCHUTZ)
Termin: 2011-11-30
Land: Indien
Ref-Nr: Invitation for Bids (IFB), ICB /
JMC / 01 / 2011-12
Interne bfai-Nr: 11021077
Betrifft: INTEGRATED COASTAL ZONE
MANAGEMENT PROJECT - UPDATE ;
PROCUREMENT OF SUPER POWER
HIGH FLOW JETTING CUM SUCKER
(DEEP SUCTION) MACHINE
Vorgesehen:
- Lieferung eines Spülgeräts mit Ansaugvorrichtung und hohem Durchsatz (super
high flow deep suction machine)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
This notice was originally published on 9
September 2011 and was updated on 1
November 2011. The deadline date changed from 1 November to 30 November
2011.
1. 2. The Government of India has received a
credit from the International Development
Association toward the cost of Integrated
Coastal Zone Management Project, and it
intends to apply part of the proceeds of
this credit to payments under the Contract
for Purchase of Scientific Instruments and
related services.
3. Additional Project Director, ICZMP Project, State Project Management Unit, Gujarat Ecology Commission, Block No. 18, 1st
Floor, Udyog Bhavan, GH Road, Gandhinagar, Gujarat, India now invites sealed bids
from eligible and qualified bidders for Procurement of Super Power High Flow Jetting cum Sucker (Deep Suction) Machine
on behalf of Jamnagar Municipal Corporation as per below mentioned details
Package No. 1: Procurement of Super high
flow deep suction machine; Quantity: 1,
Cost of Bid document Rs: 2,000, Bid Security Rs: 1,000,000
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), May 2004,
Revised Oct 2006 and May 2010 and is
open to all bidders from Eligible Source
Countries as defined in the Guidelines.
5. Interested eligible bidders may obtain
further information from office of the Additional Project Director, ICZMP Project,
State Project Management Unit, Gujarat
Ecology Commission, Block No. 18, 1st
Floor, Udyog Bhavan, GH Road, Gandhinagar, Gujarat, India and inspect the Bidding
Documents at the address provided herein
from 10.30 AM to 6.00 PM.
6. The notice and the bid document for the
Goods can also be seen with option to
download from the Project website
www.geciczmp.com.The down loaded bid
mit Content von
NfA
Auslandsausschreibungen
document can be submitted along with
non-refundable fee mentioned in the table
towards the cost of the bid document. The
Additional Project Director,ICZMP Project
will not accept the same if any portion of
the downloaded document differs from the
approved bid document available in the
above mentioned office The download
facility will be available until 31 October
2011 up to 17.00 hours.
(a) Price of bidding document: Rs 2000.00
(Including VAT) or US$ 50 (non-refundable)
(b) Postal charges, in land: Rs 1000.00
© Postal charges, overseas: Rs 2000.00
(d) Date of commencement of sale of bidding document: 08/09/2011
(e) Last date for sale of bidding document:
29 November 2011 up to 1700 hrs
(f) Last date and time for receipt of bids: 30
November 2011 up to 12.00 hours
(g) Time and date of bid opening: 30
November 2011 at 12.30 Hrs
(h) Time and Date of Pre-bid conference:
26/09/2011 at 1200 at the Office of Gujarat
Ecology Commission, Blcok-`8, 1st Floor,
Udhyog Bhavan, Gandhinagar
(i) Place of opening of bids:
Additional Project Director,
ICZMP Project,
State Project Management Unit,
Gujarat Ecology Commission,
Block No. 18, 1st Floor,
Udyog Bhavan, GH Road,
Gandhinagar, Gujarat, India
(j) Address for Additional Project Director,
Communication ICZMP Project,
State Project Management Unit,
Gujarat Ecology Commission,
Block No. 18, 1st Floor,
Udyog Bhavan, GH Road,
Gandhinagar, Gujarat, India
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 as mentioned above in shape of Demand Draft on
any Scheduled bank payable at Gandhinagar in favor of Additional Project Director,
ICZM Project-Gujarat or in cash in Indian
Rupees.
The Schedule of Requirements for all the
schedules are contained in a single bidding
document. Bidders need not purchase
more than one bid document even if they
want to bid for more than one package.
Additional Project Director.
State Project Management Unit.
ICZM Project.
Gujarat Ecology Commission.
Block No. 18, 1st Floor.
Udyog Bhavan, GH Road.
Freitag, 04. November 2011 | Seite 42
Gandhinagar 382 011, Gujarat, India.
Tel: (079) 23257656,23257658.
Fax: (079) 23257657.
E-mail : [email protected]
 Finanz.: Weltbankgruppe
GABELHUBWAGEN
Termin: 2011-12-08
Land: Tunesien
Ref-Nr: SE.09.4.0044
Interne bfai-Nr: 11021058
Vorgesehen:
- Lieferung eines Gabelhubwagens, 4. 000
kg
Unterlagen für 27 EUR bei:
- Groupe Chimique Tunisien, Route de
Gabès Km 3 Sfax, Direction des Approvisionnement, Tel: 74/ 453 165; -791, Fax:
74/ 453 155, Internet: www.gct.com.tn,
Tunesien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
WÄRMERÜCKGEWINNUNG
Termin: 2011-12-22
Land: Tunesien
Ref-Nr: GEI.11.4.0005
Interne bfai-Nr: 11021057
Vorgesehene Lieferung, inkl. Installation:
- Reaktor mit Wärmerückgewinnungssystem
Angebot erfordert eine Kaution von 25.000
TND
Unterlagen für 17 EUR bei:
- Groupe Chimique Tunisien, 102 Avenue Farhat Hached 6000 Gabès, Direction des Approvisionnement, Tel: 75/
221 717, Fax: 75/ 275 877, Internet:
www.gct.com.tn, Tunesien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
MEDIZINTECHNIK
HOLMIUMLASERAUSRÜSTUNG
(NANKANG)
Termin: 2011-11-23
Land: China
Ref-Nr: BPG:120658749BPC:
120658749BPP
Interne bfai-Nr: 11021011
Betrifft: First People‘s Hospital, Nankang
Vorgesehene Lieferung(en):
- chirurgische Holmium-Laserausrüstung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:The introduction of the First
People s Hospital, Nankang holmium laser
surgery system Jiangxi Machinery & Electric Equipment Tendering Co. , Ltd. ent-
rusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.28,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: Holmium laser surgery system 1 set
2.Price of Bidding Documents: 50.00
3.Time of Selling Bidding Documents:
From now on every day (except holidays) 8:
30 ~ 11:30,14:30 ~ 17:30 (Beijing time)
4.Place of Selling Bidding Documents: the
Forth Tendering Division of Jiangxi Machinery & Electric Equipment Tendering Co.,
Ltd 5.The Deadline for Submitting Bids/
Time of Bid Opening (Beijing Time): 201111-23 09:30 6. 7.Place of Bid Opening:
Nanchang, Jiangxi Province, trading center
of public resources, opening the fourth
floor, 7 room Source: chinabidding.com/
en
Contact Address:
- Jiangxi Machinery & Electric Equipment Tendering Co. Ltd., Feng He Avenue Nanchang 1318 Honggutan, Xu Hui
Deng Lifeng, Tel: 791-88860956, Fax:
791-88860957, E-Mail: [email protected],
China
 Finanz.: Eigenfinanzierung
DIGITALE
RÖNTGENAUSRÜSTUNG
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121659737BPC:
121660071BPP, BPG:
121659737BPC:
121660070BPP
Interne bfai-Nr: 11021063
Betrifft: Chongqing Branch of Shanghai
Jiaotong University School of Medicine
Vorgesehene Lieferung(en):
- digitale Radiographieausrüstung für gastrointestinale Untersuchungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Procurement of DR Shanghai Dongsong International Trading
Co.,Ltd. entrusted by the purchaser, invites
sealed bids from eligible suppliers home
and abroad for the supply of the following
goods and/or service by way of International Competitive Bidding . The tender notice
was released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: P1: Digital Gastrointestinal Machine
one set P2: DR one set 2.Price of Bidding
Documents: 75.00 3.Time of Selling Bidding Documents: between 9:00~11:00 am
and 1:30~5:00 pm (Beijing time, except
holidays) from now on to 22th. Nov 4.Place
of Selling Bidding Documents: 17th Floor,
Shenghua Finance Tower, No.1 Ningbo
Road , Shanghai , P.R.China 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing Time): 2011-11-22 10:30 6.
mit Content von
NfA
Auslandsausschreibungen
7.Place of Bid Opening: Procurement Center Of Chongming Government Source:
chinabidding.com/en
Contact Address:
- Shanghai Dongsong International Trading Co. Ltd., 4TH FLOOR, Chongming Administrative Service Center NO.
1501 Cuizu Rd. Chongming Xinchen
Bridge Town Chongming Country, Ms.
Lv Minhua, Li Ye, Tel: 21-63230480; 8602; -8604, Fax: 21-63299235, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
MIKROSKOP
(NEUROCHIRURGIE)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:119146576BPC:
119146576BPP
Interne bfai-Nr: 11021073
Betrifft: LU HE HOSPITAL OF BEIJING
Vorgesehene Lieferung(en):
- neurochirurgisches Mikroskop
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Regional Medical Center,
Tongzhou District government procurement of medical equipment purchase Beijing International Tendering Co.,Ltd. entrusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: Neurosurgical microscope, 1 set; *
5.1.5.1 working distance than 210mm420mm, focal length electric continuously.
* 5.2.1 Single main source 300W xenon
lamp built with brightness adjustment. *
5.3.1 Floor stand with automatic balancing
system, the whole electromagnetic lock
control. 2.Price of Bidding Documents:
50.00 3.Time of Selling Bidding Documents: October 31, 2011 2011 November
22 9:00-11:00 pm, 13:30-16:00 pm (except
holidays) 4.Place of Selling Bidding Documents: Beijing International Tendering Co.,
Ltd. Room 303 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing
Time): 2011-11-22 09:30 6. 7.Place of Bid
Opening: Beijing International Tendering
Co.,
Ltd.
Room
416
Source:
chinabidding.com/en
Contact Address:
- Beijing International Tendering Co. Ltd.,
Dongcheng District No. 71 North Street
Chaoyang Gate Beijing, Wumengqiao,
Tel: 10-84046631, Fax: 10-84045700, EMail: [email protected], China
 Finanz.: Eigenfinanzierung
Freitag, 04. November 2011 | Seite 43
FARBULTRASCHALLDIAGNOSESYSTEM
(JIANSHUI)
Termin: 2011-11-23
Land: China
Ref-Nr: BPG:121646019BPC:
121646019BPP
Interne bfai-Nr: 11021072
Betrifft: Jianshui Maternity and Child Care
Centers
Vorgesehene Lieferung(en):
- Farbultraschall-Diagnosesystem
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:High-end color spectrum
diagnosis system were of international bidding projects CITIC International Tendering
Co.,Ltd. entrusted by the purchaser, invites
sealed bids from eligible suppliers home
and abroad for the supply of the following
goods and/or service by way of International Competitive Bidding . The tender notice
was released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: High-end color spectrum of ultrasound diagnosis system and related services 1 set * 6.3.3 for lumen micro convex
probe scanning Angle: 175 degrees 2.Price
of Bidding Documents: 180.00 3.Time of
Selling Bidding Documents: From now, 9:
00-16:00(Beijing time) everyday (without
holiday ) 4.Place of Selling Bidding Documents: No.812Room A Repose,Golden
Year Beijing Road Kunming City 5.The
Deadline for Submitting Bids/Time of Bid
Opening (Beijing Time): 2011-11-23 14:30
6. 7.Place of Bid Opening: No.810Room A
Repose,Golden Year Beijing Road Kunming City. Source: chinabidding.com/en
Contact Address:
- CITIC International Tendering Co. Ltd.,
No. 810 Golden Year Beijing Road Kunming City, Mr. Wang Yao, Ms. Li wan lu,
Tel: 10-64939785;-163; 871-5701820,
Fax: 10-64939855; 871-5701820, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
FARBDOPPLERSCANNAUSRÜSTUNG
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:120382707BPC:
120390671BPP, BPG:
120382707BPC:
120390998BPP
Interne bfai-Nr: 11021066
Vorgesehene Lieferung(en):
- Farbdoppler-Scannausrüstung (2 Lose)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Color Doppler Scanning
Machine Zhejiang International Bidding
Corporation entrusted by the purchaser,
invites sealed bids from eligible suppliers
home and abroad for the supply of the following goods and/or service by way of
International Competitive Bidding . The
tender
notice
was
released
on
www.chinabidding.comon
10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: Color Doppler
Scanning Machine:1 set 2.Price of Bidding
Documents: Upon non-refundable payment
of RMB300 or USD45 for each complete
set of bidding documents for each IFB.
Extra RMB50 or USD40 for express mail
service. 3.Time of Selling Bidding Documents: Between09 to 16(Beijing time),
except holidays, from now on to the deadline for submitting bids 4.Place of Selling
Bidding Documents: Zhejiang International
Bidding Corporation 5.The Deadline for
Submitting Bids/Time of Bid Opening (Beijing Time): 2011-11-22 09:30 6. 7.Place of
Bid Opening: Zhejiang International Bidding
Corporation
Source:
chinabidding.com/en
Contact Address:
- Zhejiang International Bidding Corporation, Fl.6, Bl.2 Hangzhou East Software Park #90 Wensan Road Hangzhou,
Mr Yang zhen, Mr Zhang Yu, Tel: 57181061816, Fax: 571-88473430, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
FARBDOPPLER-SCANNAUSRÜSTUNG (WENZHOU)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:120382707BPC:
120390601BPP, BPG:
120611570BPC:
120611570BPP
Interne bfai-Nr: 11021065
Betrifft: Wenzhou Ouhai No. 3 People‘s
Hospital
Vorgesehene Lieferung(en):
- 2 Farbdoppler-Scannausrüstungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Color Doppler Scanning
Machine Zhejiang International Bidding
Corporation entrusted by the purchaser,
invites sealed bids from eligible suppliers
home and abroad for the supply of the following goods and/or service by way of
International Competitive Bidding . The
tender
notice
was
released
on
www.chinabidding.comon
10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: Color Doppler
Scanning Machine:1 set 2.Price of Bidding
Documents: Upon non-refundable payment
of RMB300 or USD45 for each complete
set of bidding documents for each IFB.
Extra RMB50 or USD40 for express mail
service. 3.Time of Selling Bidding Documents: Between09 to 16(Beijing Between09 to 16(Beijing time), except holidays, from now on to the deadline for submitting bids 4.Place of Selling Bidding
Documents: Zhejiang International Bidding
mit Content von
NfA
Auslandsausschreibungen
Corporation 5.The Deadline for Submitting
Bids/Time of Bid Opening (Beijing Time):
2011-11-22 09:30 6. 7.Place of Bid Opening: Zhejiang International Bidding Corporation Source: chinabidding.com/en
Contact Address:
- Zhejiang International Bidding Corporation, Fl.6, Bl.2 Hangzhou East Software Park #90 Wensan Road Hangzhou,
Mr Yang zhen, Mr Zhang Yu, Tel: 57181061816, Fax: 571-88473430, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
FARBDOPPLER-SCANNAUSRÜSTUNG (GUOXI)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:120382707BPC:
120390502BPP
Interne bfai-Nr: 11021064
Betrifft: Guoxi Community Health Service
Center
Vorgesehene Lieferung(en):
- Farbdoppler-Scannausrüstung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Color Doppler Scanning
Machine Zhejiang International Bidding
Corporation entrusted by the purchaser,
invites sealed bids from eligible suppliers
home and abroad for the supply of the following goods and/or service by way of
International Competitive Bidding . The
tender
notice
was
released
on
www.chinabidding.comon
10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: Color Doppler
Scanning Machine 2.Price of Bidding
Documents: Upon non-refundable payment
of RMB300 or USD45 for each complete
set of bidding documents for each IFB.
Extra RMB50 or USD40 for express mail
service. 3.Time of Selling Bidding Documents: Between09 to 16(Beijing time),
except holidays, from now on to the deadline for submitting bids 4.Place of Selling
Bidding Documents: Zhejiang International
Bidding Corporation 5.The Deadline for
Submitting Bids/Time of Bid Opening (Beijing Time): 2011-11-22 09:30 6. 7.Place of
Bid Opening: Zhejiang International Bidding
Corporation
Source:
chinabidding.com/en
Contact Address:
- Zhejiang International Bidding Corporation, Fl.6, Bl.2 Hangzhou East Software Park #90 Wensan Road Hangzhou,
Mr Yang zhen, Mr Zhang Yu, Tel: 57181061816, Fax: 571-88473430, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
Freitag, 04. November 2011 | Seite 44
HÄMODIALYSEAUSRÜSTUNG
- Farb-Ultraschallsystem, biochemische
Analyseausrüstung, digitale Röntgenausrüstung
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121660802BPC:
121661070BPP; BPG:
121660802BPC:
121661069BPP
Interne bfai-Nr: 11021062
Betrifft: Shanghai Jiaotong University
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Vorgesehene Lieferung(en):
- Hämodialyseausrüstung mit Einfachpumpe (14) und mit Doppelpumpe (8)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:Procurement of Dual-pump
Hemodialysis Machine Shanghai Dongsong International Trading Co.,Ltd. entrusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: P1: Single-pump Hemodialysis
Machine fourteen sets P2: Dual-pump
Hemodialysis Machine eight sets 2.Price of
Bidding Documents: 75.00 3.Time of Selling Bidding Documents: between 9:00~11:
00 am and 1:30~5:00 pm (Beijing time,
except holidays) from now on to 22th. Nov
4.Place of Selling Bidding Documents:
17th Floor, Shenghua Finance Tower, No.1
Ningbo Road , Shanghai , P.R.China 5.The
Deadline for Submitting Bids/Time of Bid
Opening (Beijing Time): 2011-11-22 10:30
6. 7.Place of Bid Opening: Procurement
Center Of Chongming Government Source: chinabidding.com/en
Contact Address:
- Shanghai Dongsong International Trading Co. Ltd., 4TH FLOOR, Chongming Administrative Service Center NO.
1501 Cuizu Rd. Chongming Xinchen
Bridge Town Chongming Country, Ms.
Lv Minhua, Li Ye, Tel: 21-63230480; 8602; -8604, Fax: 21-63299235, E-Mail:
[email protected], China
 Finanz.: Eigenfinanzierung
MEDIZIN. BILDGEBENDE
UND LABOR-AUSRÜSTUNG
(QIDONG)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121680393BPC:
121681897BPP; BPG:
121680393BPC:
121681896BPP
Interne bfai-Nr: 11021061
Betrifft: Qidong Traditional Chinese Medicine Hospital
Vorgesehene Lieferung(en):
Project Name:DR SUMEC GROUP CORPORATION entrusted by the purchaser,
invites sealed bids from eligible suppliers
home and abroad for the supply of the following goods and/or service by way of
International Competitive Bidding . The
tender
notice
was
released
on
www.chinabidding.comon
10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: package one:
Color Ultrasound 1set package two:DR
1set package three:Automatic biochemical
systems 1set 2.Price of Bidding Documents: 120.00 3.Time of Selling Bidding
Documents: 9:00-11:30, 14:00-17:30 (Beijing time, except holidays) from Oct 31
,2011 to Nov 22, 2011at the office of
SUMEC International Tendering Center
4.Place of Selling Bidding Documents:
SUMEC GROUP CORPORAION International Tendering Center 5.The Deadline for
Submitting Bids/Time of Bid Opening (Beijing Time): 2011-11-22 10:00 6. 7.Place of
Bid Opening: Room 204 OF SUMEC Building Source: chinabidding.com/en
Contact Address:
- SUMEC GROUP CORPORATION, #198
Changjiang Road Nanjing, Miss Huyu,
Tel: 25-84531156, Fax: 25-86645755, EMail: [email protected], China
 Finanz.: Eigenfinanzierung
MESSTECHNIK,
FEINMECHANIK
MIKROWELLENOSZILLOSKOP (SHANGHAI)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121656638BPC:
121656638BPP
Interne bfai-Nr: 11021085
Betrifft: Shanghai Spaceflight Institute of
TT&C and Telecommunnication
Vorgesehene Lieferung(en):
- Mikrowellen-Oszilloskop
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Project Name:0618-1140TC11286J-1 Microwave oscilloscope China CNTC International Tendering Corporation entrusted by
the purchaser, invites sealed bids from eligible suppliers home and abroad for the
supply of the following goods and/or service by way of International Competitive
Bidding . The tender notice was released
on www.chinabidding.comon 10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: 06181140TC11286J Microwave oscilloscope
1set sampling rate: 40 GSa/s every channel 2.Price of Bidding Documents: non-
mit Content von
NfA
Auslandsausschreibungen
refundable payment of RMB 800 yuan or
US $120 for each set. (An extra RMB 50
yuan (domestic) or US $ 50 (abroad) for
mail service charge.) 3.Time of Selling Bidding Documents: From today 9:00-16:
00(Beijing time) everyday (without holiday )
4.Place of Selling Bidding Documents: 310
room of China CNTC International Tendering Corporation 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing
Time): 2011-11-22 09:30 6. 7.Place of Bid
Opening: Shanghai Academy of Spaceflight Technology Source: chinabidding.com/
en
Contact Address:
- China CNTC International Tendering
Corporation, Building 9, No. 14 Courtyard Zaojunmiao Haidian District Beijing, Zhang Jian, Tel: 10-62108106, Fax:
10-62108099, E-Mail: [email protected];
[email protected], China
 Finanz.: Eigenfinanzierung
FEHLERSIMULATIONSSYSTEM (SOLARANLAGEN)
Freitag, 04. November 2011 | Seite 45
- China CNTC International Tendering
Corporation, Building 9, No. 14 Courtyard Zaojunmiao Haidian District Beijing, Zhang Jian, Tel: 10-62108106, Fax:
10-62108099, E-Mail: [email protected],
[email protected], China
 Finanz.: Eigenfinanzierung
RASTERELEKTRONENMIKROSKOPE (MIKRO- /
NANO-PRODUKTION)
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121094225BPC:
121098213BPP
Interne bfai-Nr: 11021071
Betrifft: Fudan University
Vorgesehene Lieferung(en):
- Feldemmissions-Rasterelektronenmikroskop, Rasterelektronenmikroskop („hot
field emission“)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
- CHINA CAPITAL TENDERING CO. LTD.,
Room 503,Wanshili Building No.1378
Lujiabang Rd Shanghai, Mrs. Zhuang Tingyan, Mr. Qiu Chi, Mrs. Chen
Jiangtao, Tel: 21-61355019, Fax: 2161355163, E-Mail: cmttendering_
[email protected], China
 Finanz.: Eigenfinanzierung
LABORGERÄT
Termin: 2011-11-25
Land: Guinea
Ref-Nr: 7100080600 / 7200044335
Interne bfai-Nr: 11021027
Vorgesehen:
- Lieferung von Laborausrüstung (PCR
Real Time-Gerät)
Aufteilung in Lose: nein
Nebenangebote/Alternativvorschläge sind
nicht zulässig
Zuschlagskriterien: Die Auswertungskriterien, die in den Verdingungs-/Ausschreibungsunterlagen angegeben sind
Project Name:0618-1140TC11286H Solar
array fault simulation system China CNTC
International Tendering Corporation entrusted by the purchaser, invites sealed bids
from eligible suppliers home and abroad
for the supply of the following goods and/
or service by way of International Competitive Bidding . The tender notice was
released on www.chinabidding.comon
10.31,2011
1.Name
of
Products/
Equipment, Quantity, and Main Technical
Data: 0618-1140TC11286H Solar array
fault simulation system 1set Fault simulation of the solar array approach: not less
than 16 2.Price of Bidding Documents:
non-refundable payment of RMB 800 yuan
or US $120 for each set. (An extra RMB 50
yuan (domestic) or US $ 50 (abroad) for
mail service charge.) 3.Time of Selling Bidding Documents: From today 9:00-16:
00(Beijing time) everyday (without holiday )
4.Place of Selling Bidding Documents: 310
room of China CNTC International Tendering Corporation 5.The Deadline for Submitting Bids/Time of Bid Opening (Beijing
Time): 2011-11-22 09:30 6. 7.Place of Bid
Opening: Shanghai Academy of Spaceflight Technology Source: chinabidding.com/
en
Project Name:Project of Micro- and Nanofabrication and nano-device laboratory of
Fudan University CHINA CAPITAL TENDERING CO., LTD. entrusted by the purchaser,
invites sealed bids from eligible suppliers
home and abroad for the supply of the following goods and/or service by way of
International Competitive Bidding . The
tender
notice
was
released
on
www.chinabidding.comon
10.31,2011
1.Name of Products/Equipment, Quantity,
and Main Technical Data: Package 1: Microscope Quantity: (1) Focused Ion / Field
Emission Electron Dual Beam System 1 set
(2) Hot field emission scanning electron
microscope 1 set Time of delivery: 7
months after received L/C. * The bidders to
(1) Focused Ion/Field Emission Electron
Dual Beam System (2) Hot field emission
scanning electron microscope must be
whole bidding, otherwise will lead to invalid bid. Technology index 1: Focused Ion /
Field Emission Electron Dual Beam System
5.1.1.2 * Resolution at optimal work distance: better than 3.0 nm @ 30 kV 5.1.1.3 *
Resolution at beam crosspoint: better than
4.5 nm @ 30 kV; Technology index 2: Hot
field emission scanning electron microscope 3.1.1 * Resolution SE: Better than
1.0nm@30kV, Better than 1.3 nm@ 20kV,
Better than 3.0 nm@1kV 3.1.4 * Electron
Gun Schottky FE Gun 3.1.5 * Maximum
Electron Beam Current: no less than 20nA
3.1.8 * Electrostatic fast beam blanker system 2.Price of Bidding Documents: 158.00
3.Time of Selling Bidding Documents:
2011-10-31 to 2011-11-6 4.Place of Selling Bidding Documents: China Capital
Tendering Co. LTD Shanghai Branch 5.The
Deadline for Submitting Bids/Time of Bid
Opening (Beijing Time): 2011-11-22 14:00
6. 7.Place of Bid Opening: China Capital
Tendering Co. LTD Shanghai Branch Source: chinabidding.com/en
Termin: 2011-12-09
Land: Indien
Ref-Nr: Invitation for Bids (IFB); International Competitive Bidding;
ICB No. ICZM/G/CDA/10
Interne bfai-Nr: 11021099
Betrifft: INTEGRATED COASTAL ZONE
MANAGEMENT PROJECT ; SUPPLY AND
DEPLOYMENT OF WATER QUALITY
MONITORING BUOY SYSTEM WITH
GSM/GPRS TELEMETRY AND RELATED
SERVICES
Contact Address:
Contact Address:
Vorgesehen:
Termin: 2011-11-22
Land: China
Ref-Nr: BPG:121652418BPC:
121652418BPP
Interne bfai-Nr: 11021074
Betrifft: Shanghai Institue of Space PowerSources
Vorgesehene Lieferung(en):
- Fehlersimulationssystem für Solaranlagen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Bindefrist des Angebots: bis 15.12.2011
Unterlagen bis 16.11.2011 gratis erhältlich bei:
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH, DagHammarskjöld-Weg 1-5 65760 Eschborn, Abteilung 503 Verträge - Einkauf Logistik, Frau Sarah Münch, Tel: 06196/
79-2029, Fax: 06196/79-802029, EMail: [email protected], Internet:
www.giz.de, Deutschland
Angebote bis 25.11.2011 in Englisch an
o.g. Anschrift
Vergabeprüfstelle:
- Bundeskartellamt, Vergabekammer des
Bundes, Villemombler Str. 76 53123
Bonn, Fax: 0228/ 9499-163, E-Mail: inf
[email protected], Deutschland
Der Bewerber unterliegt mit Abgabe seines
Angebotes auch den Bestimmungen über
nicht berücksichtigte Angebote (§ 27 VOL/
A).
 Finanz.: GIZ – Gesellschaft für Internationale Zusammenarbeit
WASSERQUALITÄTSÜBER WACHUNGSSYSTEM
mit Content von
NfA
Auslandsausschreibungen
- Lieferung und Installation eines Wasserqualitäts-Überwachungssystems
mit
GSM/GPRS-Technik
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Government of India has received a
credit from the International Development
Association toward the cost of Integrated
Coastal Zone Management Project, and it
intends to apply part of the proceeds of
this credit to payments under the Contract
for Supply and Deployment of Water Quality Monitoring Buoy System with GSM/
GPRS Telemetry and Related Services.
3.The Project Director,ICZM Project, Orissa,108, Surya Nagar, 2nd Floor, Unit-VII,
Bhubaneswar -751003, Orissa,India now
invites sealed bids on behalf of Addl Chief
Executive,Chilika Development Authority,
Bhubaneswar, from eligible and qualified
bidders for Supply and Deployment of
Water Quality Monitoring Buoy System
with GSM/GPRS Telemetry and Related
Services indicated in the Table below to be
installed at 10 (Ten)locations in Chilika Lake
At: Chandraput, Barkul, Khurda, Orissa,
India The bidder may submit the bid for
equipments and related services as specified below Sl. No. 1: Water Quality Monitoring Buoy;
quantity: 10 (ten)
Sl. No. 2: Multi-parameter Water Quality
Monitoring System with Sensors; quantity:
1 (one)
Sl. No. 3: Control Centre Data Reception
and Presentation Software at the base station (Wetland Research Center, Barkul);
quantity: 12 (twelve)
--Cost of bid documents: Rs. 2,080
-- Bid Security in Rs. or an equivalent
amount in a freely convertible currency: Rs.
2,72,000
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), May 2004,
Revised Oct 2006 and May 2010 and is
open to all bidders from Eligible Source
Countries as defined in the Guidelines.
5. Interested eligible bidders may obtain
further information from Project Director,
ICZM Project, Orissa, 108, Surya Nagar,
2nd Floor, Unit-VII, Bhubaneswar -751003,
Orissa and inspect the Bidding Documents
at the address given below from 10.00 AM
to 5.00 PM. on working days.
6. The notice and the bid document for the
Goods can also be seen with option to
download from the Project website http://
www.iczmpodisha.org.The down loaded
bid document can be submitted along with
non refundable fee mentioned in the Table
towards the cost of the bid document. The
Project Director,ICZM Project / Chief Executive, CDA will not accept the same if any
portion of the downloaded document dif-
Freitag, 04. November 2011 | Seite 46
fers from the approved bid document available in the above mentioned office.The
download facility will be available from Dt.
24/10/2011 to Dt 08/12/2011 up to
17.00Hrs.If the Bidder downloads the bid
document, then he should watch the above
website for clarifications or amendment to
bid documents that might be posted.
(a) Price of bidding document (nonrefundable): Rs. 2,080.00 (Including VAT) or
US$ 50 or an equivalent amount in freely
convertible currency
(b) Postal charges, inland:: Rs. 500.00 or
US$ 12 or an equivalent amount in freely
convertible currency
(c) Postal charges, overseas:: Rs. 2,000.00
or US$ 50 or an equivalent amount in freely convertible currency
(d) Date of commencement of sale of bidding document: 24/10/2011
(e) Last date for sale of bidding document:
. 08/12/2011
(f) Clarification meeting: 15/11/2011 at
11.00 AM
Place: ICZM Project, Orissa
108, Surya Nagar, 2nd Floor, Unit-VII
Bhubaneswar -751003, Orissa
(g) Last date and time for receipt of bids:
09/12/2011 upto 11.00 Hrs
(h) Time and date of opening of bids: 09/
12/2011 at 11.30 Hrs
(i) Place of opening of bids:
Project Director, ICZM Project-Orissa
Plot # 108, Unit - VII,
Suryanagar, Bhubaneswar-751 003
(j) Address for Communication:
Project Director, ICZM Project-Orissa
Plot # 108, Unit - VII,
Suryanagar, Bhubaneswar-751 003
A complete set of Bidding Documents in
English may be purchased by interested
bidders on submission of a written Application to the address below and upon
payment of a non-refundable fee as mentioned above in shape of Demand Draft on
any Scheduled Bank, payable at Bhubaneswar in favor of Project Director, ICZM
Project-Orissa or in cash in Indian
Rupees.
The Schedule of Requirements is contained in the bidding document.
Project Director, ICZMP-Orissa.
108, Surya Nagar, 2nd Floor, Unit-VII.
Bhubaneswar -751003, Orissa, India.
Tel: 0674-2397920, 0674-2397930.
Facsimile: 0674-2397965.
E-mail: [email protected].
Web: www.iczmpodisha.org
 Finanz.: Weltbankgruppe
MESSTECHNIK
Termin: 2011-12-15
Land: Moldau
Ref-Nr: Invitation for Bids (IFB), ICB
No: CEP/G/ICB/B-9
Interne bfai-Nr: 11021060
Betrifft: COMPETITIVENESS ENHANCEMENT PROJECT ; PROCUREMENT OF
EQUIPMENT FOR LENGTH LABORATORY
Vorgesehen:
- Lieferung von Messtechnik für Längenmessungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Republic of Moldova has received a
grant and a credit from the International
Development Association (IDA) toward the
cost of Competitiveness Enhancement
Project (CEP), and it intends to apply part
of the proceeds of this credit to payments
under the Contract for Procurement of
Equipment for Length Laboratory, no. CEP/
G/ICB/B-9.
3. The Project Implementation Unit of the
World Bank Competitiveness Enhancement Project now invites sealed bids from
eligible and qualified bidders for:
LOT 1. Short Gauge Block comparator and
Calibration gauge blocks
Item: Short Gauge block measurement
instrument (Short Gauge Block Comparator), Qty: 1
Item: Set of special gauge blocks for calibration of Short Gauge Block Comparators
(11 pcs, grade K), Qty: 1
LOT 2. Universal length measuring machine and accessories
Item: Universal Length Measuring Instrument (up to 1000mm) and accessories and
Thermometer with 4 sensors, Qty: 1
LOT 3. Gauge Blocks
Item: Set of metric gauge blocks (122 pcs,
grade K), Qty: 1
Item: Set of metric gauge blocks (122 pcs,
grade 0 ), Qty: 1
Item: Maintenance kit for gauge blocks,
Qty: 1
Item: Set of Gauge Blocks (ISO 3650/
Grade 1) and accessories for calibration of
Micrometers according to DIN 863, Qty: 1
Item: Set of reference Gauge Blocks for
Micrometer calibration Gauges (Grade K),
Qty: 1
Item: Set of Gauge Blocks and accessories
for calibration of Callipers (Grade 1), Qty:
1
Item: Set of reference long gauge blocks
(13 pcs, grade 0 or K), Qty: 1
Item: Set of working long gauge blocks
(200, 300, 400, 600, grade 1), Qty: 1
LOT 4. Surface Texture instruments:
mit Content von
NfA
Auslandsausschreibungen
Surface roughness and form/contour
measurement machine, Qty: 1
LOT 5. High accuracy Angle measuring
instruments:
Autocollimator and polygon
LOT 6. High accuracy length systems
Item: Laser-interferometer with linear and
angle optics with, Qty: 1
Item: Air temperature, pressure and humidity meter, Qty: 1
Item: Tape measuring bench, Qty: 1
LOT 7. General-purpose length instruments
Table Profile Projector, Qty: 1
Electronic calliper with depth foot, Qty: 1
Electronic calliper with depth foot, Qty: 1
Electronic depth calliper, Qty: 1
Electronic depth micrometer, Qty: 1
Universal Measurement stand, Qty: 1
The Bidder may bid for one or more lots.
The Purchaser‘s evaluation of the bid will
consider only the price factor. Bidders are
required to submit bids for the entire quantity within each lot(s) and item(s). Incomplete or partial Bids will not be considered.
The evaluation of bids and contract award
will be carried on „lot by lot“ basis. Bidders
may offer discounts for one lot or for award
of more lots. Discount for award of more
lots should be a straight percentage decrease, as follows: award of 2 lots = xx% discount of the total contract price, award of
3 lots = xx% discount of the total contract
price etc. Discount offered must be stated
in the Bid Submission Form or shall not be
considered. If to a single bidder is awarded
more than one lot, one contract may be
signed, covering all awarded lots.
4. Bidding will be conducted through the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), May 2004 and is
open to all bidders from Eligible Source
Countries as defined in the Guidelines.
5. Interested eligible bidders may obtain
further information from Project Implementation Unit of the World Bank Competitiveness Enhancement Project, Attn: Mr. Aureliu Casian, Executive Director, e-mail:
[email protected], and inspect the Bidding
Documents at the address given below (1)
from 9:00 a.m. to 5:00 p.m., Chisinau
time.
6. Qualifications requirements include:
(1) Related to Qualification Requirements:
1. Financial Capability of the Bidder. The
Bidder shall furnish documentary evidence
to demonstrate that the Average Annual
Turnover within the last three (3) years is
not less than:
USD 200,000 equivalent for Lot 1;
USD 160,000 equivalent for Lot 2;
USD 210,000 equivalent for Lot 3;
Freitag, 04. November 2011 | Seite 47
USD 430,000 equivalent for Lot 4;
USD 210,000 equivalent for Lot 5;
USD 300,000 equivalent for Lot 6;
USD 70,000 equivalent for Lot 7;
If the bidder submits several successful
(lowest evaluated substantially responsive)
bids, the turnover of the bidder must be the
sum of required turnover for all Lots for
which the Bidder is found successful.
Otherwise, the bidder will be awarded only
the Lots for which financial capability of the
bidder is met, as decided by the
Purchaser.
The bidders should submit audited balance sheets and income statements or, if not
required by the law of the bidder‘s country,
other financial statements acceptable to
the Purchaser, for the last three (3) completed financial years demonstrating that it
has the required financial capability of the
proposed contract.
In the case of the Joint Venture (JV), all
partners in the JV must submit the statements.
2. Particular Experience of the Bidder. The
Bidder shall furnish documentary evidence
to demonstrate that during the past five (5)
years the Bidder must have completed at
least two (2) successful contracts as a contractor involving the delivery and installation of the metrological equipment, as well
as (except for the Lot ?3) the training of the
Beneficiary‘s staff, of similar technical characteristics and of a comparable scale in a
country having conditions similar to that of
the Purchaser.
Note:
(i) The past five (5) years shall be determined to have begun five (5) years prior to the
publication date of the IFB and will not be
altered in the case of a postponement of
the deadline for bid submission.
(ii) Successful shall mean that relevant contract terms have been met to the satisfaction of the Client.
3. Personnel capacity of the Bidder (except
for the Lot ?3). The Bidder should provide
the CVs showing available staff for this
assignment, their training and capacity,
which demonstrate that the bidder has
enough technical capacity within the mentioned fields. The proposed by the Bidder
personnel should:
Have at least the last two (2) years experience in a similar position;
Have at least one (1) comparable project
carried out during the last three (3) years
experience.
4. Legal requirements for the Bidder. The
Bidder shall be properly established in its
country of origin. To demonstrate compliance with this requirement:
(i) A Bidder who is not registered as a legal
entity in the Purchaser‘s country shall furnish the following documents:
The certificate that the company is registered as a legal entity in the country of origin.
If in the country of origin does not exist
such a certificate, another document confirming the registration should be provided.
The Extract from the Commercial Register
with information about inter alia the
manager(s), legal address, name of the
owners.
The list of affiliate firms, including their
names, legal address.
No translation of these documents in the
Purchaser language is required, English,
French or Russian version will be acceptable.
(ii) A Bidder who is registered as a legal
entity in the Purchaser‘s country shall furnish the following documents:
State registration certificate issued by the
State Registration Chamber.
Extract from the State Registration Register regarding the firm‘s director, owners
and legal address.
The list of affiliate firms, including their
names, legal address.
A margin of preference for certain goods
manufactured domestically shall not be
applied. Additional details are provided in
the Bidding Documents.
BC Moldindconbank SA, filiala Invest,
Bank code: MOLDMD2X329
Account number: For MDL: 22727291
For USD: 22727291
The Bidding Documents will be sent by airmail for overseas delivery and surface mail
for local delivery. The Bidders may want to
collect their Bidding documents.
(1) Address for information and submission:.
Project Implementation Unit of the World
Bank Competitiveness Enhancement Project within the Ministry of Economy .
Attn: Mr. Aureliu Casian, Executive Director.
180, Stefan cel Mare Ave., office 815, Chisinau, MD-2004, Moldova.
Tel: (373-22) 296-723, 296-724.
Fax: (373-22) 296-724.
Electronic mail address: [email protected].
(2) Address for Bid Opening: .
Project Implementation Unit of the World
Bank Competitiveness Enhancement Project .
180, Stefan cel Mare Ave., office 815, Chisinau, Moldova
 Finanz.: Weltbankgruppe
mit Content von
NfA
Auslandsausschreibungen
MESS- UND
DATENERFASSUNGSSYSTEM FÜR HISTORISCHE
GEBÄUDE
Termin: 2011-11-29
Land: Panama
Ref-Nr: Invitación a Licitar No.PAN/
14273-006/2011
Interne bfai-Nr: 11021090
Betrifft: Proyecto No. PAN/14273 ; APOYO
A LA OFICINA PARA LA RESTAURACIÓN
Y PUESTA EN VALOR DEL CASCO ANTIGUO DE LA CIUDAD DE PANAMÁ PARA
LA EJECUCIÓN DEL PLAN MAESTRO
Vorgesehen:
- Lieferung eines integrierten Mess- und
Datenerfassungssystems der historischen Gebäude, Ziel ist die Aktualisierung eines Grundstück- und Immobilienverzeichnisses der Altstadt von PanamaStadt
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Por el presente aviso, el Programa de las
Naciones Unidas para el Desarrollo (PNUD)
y el Proyecto No. PAN/14273 Apoyo a la
Oficina para la Restauración y Puesta en
Valor del Casco Antiguo de la Ciudad de
Panamá para la Ejecución del Plan Maestro, invita a las empresas elegibles a presentar ofertas en sobre cerrado para la
Adquisición de Equipos para el Levantamiento de Inventario Monumental de la Oficina del Casco Antiguo, ubicada en el Corregimiento de San Felipe, Ciudad de
Panamá.
El objetivo de este proceso es adquirir un
(1) sistema integral de medición de campo
capaz de captar valores de autenticidad e
integridad físicos existentes en las edificaciones monumentales para la actualización
del inventario de bienes inmuebles del
Casco Antiguo de la Ciudad de Panamá y
su zona de amortiguamiento propuesta.
Las empresas interesadas deberán estar
calificadas para proveer los servicios
requeridos y contar con experiencia en trabajos similares realizados, capacidad
financiera, personal idóneo y disponibilidad de tiempo. Las empresas se podrán
asociar con el fin de mejorar sus calificaciones.
Este proceso se llevará a cabo conforme a
las normas y procedimientos del Programa
de las Naciones Unidas para el Desarrollo
(PNUD).
Las empresas interesadas podrán obtener
información adicional y adquirir los documentos de esta invitación, a partir del jueves, veintisiete (27) de octubre de 2011, en
horario de diez de la mañana (10:00 horas.)
a tres de la tarde (15:00 horas.) en la dirección abajo.
Para obtener el derecho a participar, los
interesados deberán inscribirse en el registro que para tal fin establezca la Oficina del
Casco Antiguo (OCA).
Freitag, 04. November 2011 | Seite 48
Las ofertas deberán ser entregadas a la
dirección mencionada anteriormente, a
más tardar el día, martes, veintinueve (29)
de noviembre de 2011 hasta las dos de la
tarde (14:00 horas) hora oficial de la
República de Panamá.
Edifico Mansión Obarrio.
Oficina del Casco Antiguo.
Ubicada en San Felipe.
Ave. A, Calle 3ra..
República de Panamá.
Tel: 209-6312 / 209-6313.
E-mail: [email protected].
pa
 Finanz.: United Nations Development
Programme (UNDP)
ELEKTROTECHNISCHES
MESSGERÄT
Termin: 2011-11-15
Land: Panama
Ref-Nr: Solicitud de Cotización No.
PAN/14273-016/2011
Interne bfai-Nr: 11021091
Betrifft: PROGRAMA DE LAS NACIONES
UNIDAS PARA EL DESARROLLO ; APOYO
A LA OFICINA PARA LA RESTAURACION
Y PUESTA EN VALOR DEL CASCO ANTIGUO PARA LA EJECUCIÓN DEL PLAN
MAESTRO
Vorgesehen:
- Lieferung eines Messsystems der kapazitiven Kopplung für historische und
archäologische
Gel^ändeuntersuchungen in der Altstadt
von Panama-Stadt
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Por el presente aviso, el Programa de las
Naciones Unidas para el Desarrollo (PNUD)
y el Proyecto No. PAN/14273 Apoyo a la
Oficina para la Restauración y Puesta en
Valor del Casco Antiguo de la Ciudad de
Panamá para la Ejecución del Plan Maestro, invita a las empresas elegibles a presentar cotizaciones en sobre cerrado para
la Adquisición de Sistema de Medición de
Resistividad por Acoplamiento Capacitivo
para Investigaciones Históricas Arqueológicas, Investigaciones Geotécnicas, y
otras Investigaciones de Orientación Geofísica en Zonas Terrestres del Casco Antiguo
de la Ciudad de Panamá.
El objetivo de este proceso es adquirir un
sistema de medición de resistividad por
acoplamiento capacitivo para estudios de
áreas terrestres, con bajo consumo energético, capacidad de realizar mediciones
rápidas, y fácil operatividad.
Las empresas interesadas deberán estar
calificadas para proveer los servicios
requeridos y contar con experiencia en trabajos similares realizados, capacidad
financiera, personal idóneo y disponibilidad de tiempo. Las empresas se podrán
asociar con el fin de mejorar sus calificaciones.
Este proceso se llevará a cabo conforme a
las normas y procedimientos del Programa
de las Naciones Unidas para el Desarrollo
(PNUD).
Las empresas interesadas podrán obtener
información adicional y adquirir los documentos de esta solicitud de cotización, en
horario de 10:00 a 15:00 horas en el Edifico Mansión Obarrio, Oficina del Casco
Antiguo, ubicada en la dirección a continuación, o a la dirección de correo electrónico abajo.
Para obtener el derecho a participar, los
interesados deberán inscribirse en el registro que para tal fin establezca la Oficina del
Casco Antiguo (OCA).
Las ofertas deberán ser entregadas a la
dirección mencionada anteriormente, a
más tardar el día, martes, 15 de noviembre
de 2011 hasta las 14:00 horas (hora oficial
de la República de Panamá).
Oficina del Casco Antiguo.
Edifico Mansión Obarrio.
San Felipe, Ave. A, Calle 3ra..
Tel: (507) 209-6312, 209-6313.
E-mail: [email protected].
pa
 Finanz.: United Nations Development
Programme (UNDP)
LABORAUSRÜSTUNG FÜR
RECHTSMEDIZIN UND
FORENSIK
Termin: 2011-12-12
Land: Peru
Ref-Nr: Licitación Pública Internacional N° 02-2011-UCPMSJ
Interne bfai-Nr: 11021092
Betrifft: PROYECTO DE MEJORAMIENTO
DE LOS SERVICIOS DE JUSTICIA ;
ADQUISICIÓN DE EQUIPAMIENTO PARA
EL INSTITUTO DE MEDICINA LEGAL Y
CIENCIAS FORENSES DEL MINISTERIO
PÚBLICO
Vorgesehen:
- Lieferung von: Massenspektrometer mit
Plasmaquelle, Chromatographieausrüstung, diverse Spektrophotometer, Elektronische Waagen, Wasserdestillationsausrüstung, Muffel- und Laboröfen,
diverse Messausrüstung, u.a. der Temperatur, Gasanalysegeräte, GPS, Infrarot-Nachtsichtgeräte etc. (insges. 52
Positionen)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. Este llamado a licitación se emite como
resultado del Aviso General de Adquisiciones que para este Proyecto fuese publicado en el Development Business, con fecha
18 de febrero del 2011.
2. La República del Perú ha recibido del
Banco Internacional de Reconstrucción y
Fomento (BIRF), un Préstamo para finan-
mit Content von
NfA
Auslandsausschreibungen
ciar parcialmente el costo del Proyecto de
Mejoramiento de los Servicios de Justicia y
se propone utilizar parte de los fondos de
este Préstamo para efectuar los pagos
estipulados en el contrato correspondiente
a los bienes y servicios a adquirir.
3. El Proyecto de Mejoramiento de los Servicios de Justicia invita a los licitantes elegibles a presentar ofertas en sobres cerrados para el proceso referido a la „Adquisición de Equipamiento para el Instituto de
Medicina Legal y Ciencias Forenses del
Ministerio Público“ de acuerdo al siguiente
detalle:
I. EQUIPOS DE LABORATORIO
Item No. 1: ESPECTRÓMETRO DE MASA
CON FUENTE DE PLASMA, Cantidad: 1,
Plazo de entrega: Maxima 04 meses
Item No. 2: SISTEMA CROMATOGRÁFICO
(inc. 02 CROMATÓGRAFOS), Cantidad: 1,
Plazo de entrega: Maxima 03 meses
Item No. 3: ESPECTROFOTÓMETRO
INFRARROJO, Cantidad: 1, Plazo de entrega: Maxima 04 meses
Item No. 4: ESPECTROFOTÓMETRO
ULTRAVIOLETA, , Cantidad: 1, Plazo de
entrega: Maxima 04 meses
Item No. 5: EQUIPO DE DETERMINACIÓN
DE CIANUROS, , Cantidad: 1, Plazo de
entrega: Maxima 03 meses
Item No. 6: CONCENTRADOR DE MUESTRA DEL SISTEMA DE EXT. , Cantidad: 1,
Plazo de entrega: Maxima 03 meses
Item No. 7: BALANZA ANALÍTICA DE PRECISIÓN DIEZ MILES DE GR, Cantidad: 3,
Plazo de entrega: Maxima 03 meses
Item No. 8: BALANZA DE PRECISIÓN
ELECTRÓNICA, Cantidad: 1, Plazo de entrega: Maxima 03 meses
Item No. 9: PURIFICADOR DESTILADOR
DE AGUA, Cantidad: 2, Plazo de entrega:
Maxima 03 meses
Item No. 10: CAMPANA EXTRACTORA
PARA VAPORES ÁCIDOS Y ALC. , Cantidad: 1, Plazo de entrega: Maxima 03
meses
Item No. 11: CAMPANA EXTRACTORA
ESPECIAL PARA SOLV. ORG. , Cantidad:
1, Plazo de entrega: Maxima 03 meses
Item No. 12: DIGESTOR MICROONDAS,
Cantidad: 1, Plazo de entrega: Maxima 03
meses
Item No. 13: PLANCHAS DE CALENTAMIENTO, Cantidad: 2, Plazo de entrega:
Maxima 03 meses
Item No. 14: EQUIPO DE BAÑO DE
ULTRASONIDO, Cantidad: 3, Plazo de entrega: Maxima 03 meses
Item No. 15: HORNO (MUFLA) DE LABORATORIO, Cantidad: 1, Plazo de entrega:
Maxima 03 meses
Item No. 16: AGITADOR MAGNÉTICO
CON CALENTAMIENTO, Cantidad: 2,
Plazo de entrega: Maxima 03 meses
Freitag, 04. November 2011 | Seite 49
Item No. 17: CENTRIFUGA CON SISTEMA
TEMPERADO, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 18: ESTUFA DE LABORATORIO
DE CONVECCIÓN FORZADA, Cantidad: 4,
Plazo de entrega: Maxima 03 meses
Item No. 19: INCUBADORA DE LABORATORIO, Cantidad: 3, Plazo de entrega:
Maxima 03 meses
Item No. 20:AUTOCLAVE DE TIPO VERTICAL, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 21: EQUIPO CONTADOR DE
COLONIAS, Cantidad: 1, Plazo de entrega:
Maxima 03 meses
Item No. 22: MICROSCOPIO TRINOCULAR, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 23: MICROSCOPIO ESTEREOSCOPICO, Cantidad: 4, Plazo de entrega:
Maxima 03 meses
Item No. 24: EQUIPO DE FILTRACIÓN AL
VACIO, Cantidad: 1, Plazo de entrega:
Maxima 03 meses
Item No. 25: EQUIPO DE FILTRACIÓN
MÚLTIPLE AL VACIO, Cantidad: 2, Plazo
de entrega: Maxima 03 meses
Item No. 26: XILOMICRÓTOMO, Cantidad:
1, Plazo de entrega: Maxima 03 meses
Item No. 27: MUESTRADOR ESTACIONARIO DE ALTO VOLUMEN, Cantidad: 1,
Plazo de entrega: Maxima 03 meses
Item No. 28: REFRIGERADORA DE LABORATORIO, Cantidad: 4, Plazo de entrega:
Maxima 03 meses
Item No. 29: DESECADORES DE VIDRIO,
Cantidad: 8, Plazo de entrega: Maxima 03
meses
Item No. 30: MEDIDOR DE pH DIGITAL,
Cantidad: 1, Plazo de entrega: Maxima 03
meses
Item No. 31: CONDUCTIMETRO DIGITAL,
Cantidad: 1, Plazo de entrega: Maxima 03
meses
Item No. 32: TERMÓMETRO DE PRECISIÓN PARA LABORATORIO, Cantidad: 1,
Plazo de entrega: Maxima 03 meses
Item No. 33: EQUIPO DE AIRE ACONDICIONADO, Cantidad: 8, Plazo de entrega:
Maxima 03 meses
Item No. 34: DESHUMEDECEDOR DE
AMBIENTE, Cantidad: 8, Plazo de entrega:
Maxima 03 meses
II. EQUIPOS DE CAMPO
Item No. 35: EQUIPO DE MEDICIÓN MULTIPARÁMETRO PORTÁTIL, Cantidad: 4,
Plazo de entrega: Maxima 03 meses
Item No. 36: MEDIDOR DE pH DIGITAL
PORTÁTIL DE SUELOS, Cantidad: 2, Plazo
de entrega: Maxima 03 meses
Item No. 37: SONÓMETRO, Cantidad: 2,
Plazo de entrega: Maxima 03 meses
Item No. 38: TURBIDÍMETRO DIGITAL
PORTÁTIL, Cantidad: 2, Plazo de entrega:
Maxima 03 meses
Item No. 39: OXÍMETRO DIGITAL PORTÁTIL, Cantidad: 2, Plazo de entrega: Maxima
03 meses
Item No. 40: EQUIPO PORTÁTIL PARA
MEDIR DBO, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 41: ANALIZADOR DE GASES NO,
NO2 Y Nox, Cantidad: 2, Plazo de entrega:
Maxima 03 meses
Item No. 42: ANALIZADOR DE GASES
SO2, H2S, Cantidad: 2, Plazo de entrega:
Maxima 03 meses
Item No. 43: ANALIZADOR DE CO, Cantidad: 2, Plazo de entrega: Maxima 03
meses
Item No. 44: OPACÍMETRO PORTÁTIL,
Cantidad: 2, Plazo de entrega: Maxima 03
meses
Item No. 45: GPS (12 SATÉLITES) , Cantidad: 2, Plazo de entrega: Maxima 03
meses
Item No. 46: HIGRÓMETRO PORTÁTIL
DIGITAL CON AGUJAS DE C. , Cantidad:
1, Plazo de entrega: Maxima 03 meses
Item No. 47: VISOR NOCTURNO CON
INFRAROJOS, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 48: BINOCULARES CIENTÍFICOS, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 49: BRÚJULA CIENTÍFICA PARA
GEÓLOGOS, Cantidad: 2, Plazo de entrega: Maxima 03 meses
Item No. 50: INCLINÓMETRO, Cantidad: 2,
Plazo de entrega: Maxima 03 meses
Item No. 51: PENETRÓMETRO, Cantidad:
1, Plazo de entrega: Maxima 03 meses
Item No. 52: ALTÍMETRO DIGITAL, Cantidad: 2, Plazo de entrega: Maxima 03
meses
4. La Licitación se efectuará conforme al
procedimiento de Licitación Pública Internacional establecidos en la publicación del
Banco Mundial titulada Normas: Adquisiciones con Préstamos del BIRF y Créditos
de la AIF, y podrán participar en ella todos
los licitantes de países elegibles, según se
especifica en dichas Normas.
5. Los licitantes elegibles que estén interesados podrán obtener información adicional e inspeccionar los Documentos de
Licitación en la Oficina de la Unidad de
Coordinación del Proyecto de Mejoramiento de los Servicios de Justicia, en la dirección indicada líneas abajo, en el horario de
09:30 a 12:30 horas y de 14:30 a 16:30
horas.
6. Los requisitos de calificaciones incluyen:
Cumplimiento de requisitos de carácter
técnico, así como requisitos para calificación posterior: capacidad financiera, experiencia y capacidad técnica. No se otorgará un Margen de Preferencia a contratistas nacionales elegibles. Mayores detalles
se proporcionan en los Documentos de
Licitación.
mit Content von
NfA
Auslandsausschreibungen
Venta y entrega de Documentos de Licitación: del 01/11/2011 al 09/12/2011
Presentación de solicitudes de aclaración:
hasta el 15/11/2011
Aclaración de Documentos de Licitación:
el 22/11/2011
Presentación de ofertas: el 12/12/2011
hasta las 11.00 horas
Apertura de sobres:.el 12/12/2011 a las
11.30 horas
Proyecto de Mejoramiento de los Servicios
de Justicia.
Av. Paseo de la República s/n. Palacio de
Justicia, Oficina 444, Lima.
Teléfono/fax: (51-1) 719-6300, 713-0397.
Fax: (51-1) 427-0292.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
INFRAROT-KAMERA
Termin: 2011-12-21
Land: Tunesien
Ref-Nr: 2011 D 3798
Interne bfai-Nr: 11021056
Vorgesehen:
- Lieferung einer Infrarot-Kamera mit LCDBildschirm und Software
Angebot erfordert eine Kaution von 4.000
TND
Unterlagen für 38 EUR bei:
- STEG, 38, Rue Kamél Atatürk Bâtiment
G 2ème étage 1080 Tunis, Direction
Logistique de la Distribution, Tel: 71/ 341
311; psote 4190, Fax: 71/ 349 981; -330;
-174, Internet: www.steg.com.tn, Tunesien
Empfohlene
Korrespondenzsprache:
FRANZOESISCH
 Finanz.: Eigenfinanzierung
REGIONAL- UND
S TA D T E N T W I C K L U N G
BAU / AUSRÜ STUNG,
AUSBAU STÄDTISCHER
INFRASTRUKTUR
Land: Indien
Ref-Nr: 35290-03
Interne bfai-Nr: 11021016
Betrifft: North Eastern Region Capital
Cities Development Investment Program
(Tranche 2)
Vorgesehen:
Durchführung von Modernisierungsmaßnahmen an städtischen Infrastruktureinrichtungen, im Einzelnen:
- Agartala: Planung, Bau und Betrieb von
Grundwasseraufbereitungsanlagen, Lieferung von Wasserleitungsrohren, L =
insges. 314 km
Freitag, 04. November 2011 | Seite 50
- Aizawl: Instandsetzung/Ausbau von
Wasserleitungen, L = ca. 117 km, Lieferung und Installation von Groß- und
Haushaltswasserzählern, Lieferung von
Stromversorgungsausrüstung
- Gangtok: Lieferung von Müllfahrzeugen
und Ausrüstung für die Abfallwirtschaft
- Kohima: Austauch von Wasserrohren, L
= 315 km und Installation von Wasserzählern
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
India has applied a loan from ADB to help
finance the cost of the North Eastern Region Capital Cities Development Investment
Program (Tranche 2) Project.
In June 2009, ADB approved the Investment Program through the multitranche
financing facility to improve the urban environment and promote reforms for sustainable, efficient, and responsive urban service delivery in the capital cities of five states in the North Eastern Region (NER). The
Program assists the NER states in achieving improved environment and well-being
of urban residents in Agartala (Tripura),
Aizawl (Kohima), Gangtok (Sikkim), Kohima
(Nagaland) and Shillong (Meghalaya). The
first tranche is under implementation. The
second tranche of the Program continues
to support physical improvement of urban
infrastructure in water supply systems,
sewerage and sanitation systems, and
solid waste management in these cities.
Tranche 2 will also support the program
cities to achieve improved urban governance and financing, municipal financial
reform, improved service delivery and
improved capacity to manage the Investment Program in Aizawl, Gangtok, and
Kohima.
The proceeds of the loan are intended to
be used for the procurement of the following:
Through International Competitive Bidding:
Agartala:
Design, build and operate 7 ground water
treatment units in three Lots
Procurement of 59 Km of pipes for primary
network
Procurement of 255 km of pipes for central
and south zone secondary distribution
Aizawl:
Extension of main feeder pipe lines (23.69
km), rehabilitation of existing secondary
and tertiary network (51.7 km), extension to
distribution system (31.16 km) and road
restoration
Purchase, installation of bulk and domestic
water meters and UFW reduction program
Purchase of dedicated power supply system
secondary collection vehicles & equipments for solid waste (Phase 2)
Kohima:
Improvement of existing water supply system by replacement & augmentation of the
secondary network (315 km), including
installation of meters 30 bulk and 20,000
household water meters
Through National Competitive Bidding procedures:
Agartala: Design and build 14 overhead
service reservoirs Laying of 59 Km of primary pipelines Laying of secondary pipelines in South Zone (225 Km) Procurement
and Installation of 61 Bulk Flow Meters
Aizawl:
Construction of 3 ground level RCC zonal
tanks
Electrical and mechanical works testing,
equipment installation and commissioning
of two booster pumps in Chandmari and
Tlangnuam
Sewerage network consisting of 45.95 km
including manholes and ventilation shafts
and all associated earthworks; and utility
shifting
Procurement of septic tank cleaning equipment
Construction of 10 community toilets in
few lots
Construction of STP
Construction of approach road to STP
Gangtok:
Improvement of existing water supply system by replacement & augmentation of the
distribution network in Housing & Press
Tank Zones; and 2 storage reservoirs
Improvement of existing water supply system by replacement & augmentation of distribution network for the remaining areas;
including 5 storage reservoirs
Providing 12000 consumer meters
Providing primary and secondary collection vehicles & equipments for solid waste
phase 1
Construction of landfill, leachate treatment
plant, and associated infrastructure for
landfill site
Shillong:
Construction of garage cum workshop and
staff restroom,
Procurement of primary and secondary
collection vehicles (18), workshop machinery,
Procurement of different types of bins, personnel protective equipment and polythene bags
Through Force Account:
Aizawl:
Gangtok:
Installation of dedicated power supply system
Providing Landfill vehicles & equipment
and providing balance primary and
The first batch of bidding documents for
the above items is expected to be availab-
mit Content von
NfA
Auslandsausschreibungen
le on or about November 2011, subject to
a nominal charge.
Interested bidders from ADB member
countries who wish to obtain additional
information may contact:
National Executing Agency:
Office: Ministry of Urban Development
(MOUD), Contact: Ashutosh Joshi, Director
(UD), Investment Program Manager,
Address: Room No. 212-‘C‘ Nirman Bhawan, Maulana Azad Road, New Delhi
110011,, Tel/Fax No.: +91-11-23062195Email: [email protected]
State-level Executing Agencies:
State of Meghalaya, Office: Urban Affairs
Department (UAD), Contact: Mr. Biswajit
Dutta, Program Director, SIPMIU (Shillong),
Address: Urban Affairs Complex, Dhankheti, Shillong-793 003, Meghalaya ,Tel No.:
0364-2505463,Fax No.: 0364-2505463, Email: [email protected]
State of Mizoram, Office: Urban Development & Poverty Alleviation Department
(UP&PAD), Contact: Mr. Valbuanga, Project
Director, SIPMIU (Aizawl), Address: U-4/A,
Vega Studio, Laipuitlang, Aizawl, Tel No.:
+91-0389-2340337, Fax No.: +91-03892340532 ,E-mail: [email protected]
State of Nagaland, Office: Urban Development Department (UDD), Contact: Mr. K.
Haralu, Program Director, SIPMIU (Kohima), Address: Old Secretariat Complex,
Kohima-797001, Nagaland, Tel No.: +91
370 2292099/ 2292103, Fax No.: +91 3702292102,
,
E-mail:
[email protected]
State of Sikkim, Office: Urban Development and Housing Department (UDHD),
Contact: Mr. J.D. Bhutia, Project Director,
SIPMIU (Gangtok), Address: Urban Development & Housing Department, Govt. of
Sikkim, NH 31A, Gangtok-797 101, Tel No.:
+91 03592 -202726; + 913592201430, Fax
No.:
+91
03592-205087,
E-mail:
[email protected]
State of Tripura, Office: Urban Development Department (UDD), Contact: Mr. R.K.
Majumder, Project Director, SIPMIU (Agartala), Address: 2nd Floor khadya Bhavan,
Government of Tripura, Office Lane, Agartala, India-799006, Tel No.: +91 381 232
9301 / 0174 /0263, Fax No.: +91-381-2329301E-mail: [email protected]
 Finanz.: Asiatische Entwicklungsbank /
Asian Development Bank (ADB)
STROMERZEUGUNG UND
-VERTEILUNG
TRANSFORMATOREN
Termin: 2011-12-02
Land: Algerien
Ref-Nr: 19/DT/SCIZ/2011
Interne bfai-Nr: 11021024
Vorgesehen:
Freitag, 04. November 2011 | Seite 51
- Lieferung und Inbetriebnahme von 3
Transformatoren,
Mittelspannung/
Niederspannung, 1.000 kVA
Unterlagen für 217 EUR bei:
- Société des Ciments de Zahana, BP 56
Zahana Wilaya de Mascara, Secrétariat
des Marchés, Tel: 45-83 11 48/49, Fax:
45-83 11 45, Algerien
 Finanz.: Eigenfinanzierung
STROMVERSORGUNGSAUSRÜSTUNG
Termin: 2011-12-19
Land: Argentinien
Ref-Nr: Licitación Pública Internacional N° 12/11
Interne bfai-Nr: 11021089
Betrifft: PROYECTO ARG/08/029 DESARROLLO INSTITUCIONAL DE LA AGENCIA
DE RECAUDACIÓN DE LA PROVINCIA DE
BUENOS AIRES ; ADQUISICION CENTRO
DE REBAJE 13.2/0 KV - 2 X 1250 KVA
Vorgesehen:
- Lieferung einer Stromversorgungsanlage
(„centro de rebaje“), 13.2/2 kV, 1 x 1.250
kVA für das Gebäude des Datenverarbeitungszentrums Arba
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
El Proyecto PNUD ARG/08/029 „Desarrollo
Institucional de la Agencia de Recaudación
de la provincia de Buenos Aires“, llama a
Licitación Pública Internacional No 12/11
para la adquisición de Centro de Rebaje
13.2/0 Kv - 2 x 1250 Kva para el edificio del
Centro de Procesamiento de Datos de
ARBA.
Cierre de recepción de ofertas: 15:00 horas
del día 19 de diciembre de 2011, o el siguiente hábil si fuere feriado, en la sede del
Proyecto.
Apertura de sobres: 15:30 horas del día 19
de diciembre de 2011, o el siguiente hábil
si fuere feriado, en la sede del Proyecto.
Consulta y retiro de pliegos: El pliego de
bases y condiciones y toda documentación relacionada podrá ser consultada y
retirada por los interesados en la sede del
Proyecto PNUD ARG/08/029 en la dirección abajo a partir del día 16 de noviembre
de 2011 en el horario de 10 a 17 horas.
El retiro del pliego de la sede del Proyecto
es condición para la participación y presentación de propuestas.
Sede del Proyecto PNUD ARG/08/029:.
Calle 7 e/ 45 y 46, piso 1o, Of. 137 -Corredor E.
Ciudad de La Plata (1900) .
Buenos Aires.
Argentina.
Tel. 54-0221-429-4522.
Website:
www.arba.gov.ar,
www.undp.org.ar
 Finanz.: United Nations Development
Programme (UNDP)
PHOTOVOLTAIKANLAGEN
FÜR SCHULEN
Termin: 2011-12-13
Land: Uganda
Ref-Nr: Invitation for bids, IFB No.
MoES /ERTII/11-12/002
Interne bfai-Nr: 11021044
Betrifft: ENERGY FOR RURAL TRANSFORMATION (ERT) II PROJECT ; SUPPLY,
INSTALLATION, COMMISSIONING AND
MAINTENANCE OF SOLAR PHOTOVOLTAIC ENERGY PACKAGES FOR 310 POST
PRIMARY EDUCATION INSTITUTIONS IN
UGANDA
Vorgesehene Leistung:
- Lieferung, Montage, Inbetriebnahme und
Wartung von Photovoltaikanlagen für
310 Schulen in Uganda
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. 2. The Government of the Republic of
Uganda has received a credit from the
International Development Association
(IDA) and the Global Environment Facility
(GEF) toward the cost of the Energy for
Rural Transformation (ERT) Programme,
and it intends to apply part of the proceeds
of this credit to payments under the contract for Supply, Installation, Commissioning and Maintenance of Solar Photovoltaic Energy Packages (solar panels, lighting fixtures and Accessories) for 310 Post
Primary Education Institutions in Uganda
3. The Ministry of Education and Sports
now invites sealed bids from eligible and
qualified bidders for the Supply, Installation, Commissioning and Maintenance of
solar photovoltaic energy packages for
post primary education institutions including staff houses and dormitories located
in different parts of the country as below:
Lot 1: Solar packages in 64 schools
Lot 2: Solar packages in 65 schools
Lot 3: Solar packages in 60 schools;
Lot 4: Solar packages in 62 schools; and
Lot 5: Solar packages in 59 schools.
Bids can be submitted for any one or any
number of lots but each bid for a lot shall
be complete and separate from bid or bids
for other lots .
The equipment whose quantities are
detailed in the bidding documents include
solar photovoltaic panels, Batteries, Inverters, Charge regulators, Distribution panels
and Energy saving tubes.
For this tender, bidders shall meet the following qualification requirements:
Bidder shall have performed at least three
similar contracts implemented to completion in the last three (3) years with each
having a minimum value of US$ 800,000
each Lot.
Bidder should have a minimum average
annual turnover of US$ 2,500,000 for each
of the lots in the last three (3) years.
mit Content von
NfA
Auslandsausschreibungen
Freitag, 04. November 2011 | Seite 52
Bidder shall have qualified technical staff
to undertake installation
Capacity and infrastructure within the project districts to undertake the maintenance
of the energy systems in the short and long
term.
4. Bidding will be conducted through the
international competitive bidding procedures specified in the World Bank‘s Guidelines: Procurement under IBRD Loans and
IDA Credits (h), and is open to all bidders
from eligible source countries as defined in
the guidelines.
5. Interested eligible bidders may obtain
further information from the Address 1
below and inspect the bidding documents
at the Address 2 below from 9.00 am to
4.30 pm.
P .O. Box 7063, Kampala Uganda.
E-mail- [email protected]
 Finanz.: Weltbankgruppe
TOURISMUS
CONSULTING / BAU /
AUSRÜSTUNG,
FÖRDERUNG DES
TOURISMUSSEKTORS
Land: Dominikanische Republik
Interne bfai-Nr: 11021095
Betrifft: PROGRAMA DE FORTALECIMIENTO AL TURISMO - CIUDAD COLONIAL DE
SANTO DOMINGO ; ANUNCIO GENERAL
DE ADQUISICIONES
6. 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 nonrefundable fee of
UShs.100,000(One Hundred Thousand
Shillings only or in a freely convertible currency).
Vorgesehen:
The method of payment will be by cash or
cashier‘s check or certified check payable
to the Ministry of Education and Sports
Cashier before proceeding to pick the
documents from the Procurement and Disposal Unit in room 7.3 at the Address 2
below.
- Stärkung der Kapazitäten des zuständigen Ministeriums für nachhaltige Planung und Management des Tourismussektors
A pre- bid meeting will be held on 10 th
November 2011 at 11:00 am on the
address indicated below as 2. (Boardroom)
Late bids will be rejected. Bids will be opened in the presence of the bidders‘ representatives who choose to attend at the
Address 2 below at 11.10 am, 13th December 2011.
Bidders are urged to adhere to Instructions
to Bidders in the Bidding Documents. Bids
shall remain valid for a period of 120 days
from the latest date for submission of bids.
The Borrower will reject a bid with a shorter validity period.
Address 1 (for clarifications only).
Ministry of Education and Sports,.
Plot 9-11 King George VI Way .
Embassy House Room 6.12,,.
Attn: Head Procurement unit.
P .O. Box 7063.
Kampala, Uganda.
E-mail: [email protected].
Address 2 (for bid delivery and bid opening).
The Procurement
offices.
and
Disposal
Attn: Head Procurement unit.
Ministry of Education and Sports.
Plot 9-11 King George VI Way.
Embassy House Room 7.3.
Unit
- Förderung von touristischen Schlüsselangeboten, hierfür sind u.a. Investitionen in touristische Ziele geplant
- Förderung der personellen Fähigkeiten
und Ausbildung, Ziel ist die Einkommenssicherung der örtlichen Bevölkerung
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
El Gobierno Dominicano ha recibido financiamiento por un monto equivalente a trenta millones de dolares US $30,000,000.00,
del Banco Interamericano de Desarrollo
(BID), y se propone utilizar los fondos para
efectuar los pagos correspondientes a la
adquisición de bienes y la contratación de
obras, servicios conexos y servicios de
consultoría en el marco de Programa de
Fortalecimiento al Turismo Ciudad Colonial
de Santo Domingo. El proyecto será financiado conjuntamente con el Gobierno
Dominicano. La licitación se llevará a cabo
conforme a los reglamentos y procedimientos de elegibilidad del BID.
El objetivo general del programa es dinamizar la competitividad del sector turístico
dominicano, a través de una diversificación
de la oferta actual que permita satisfacer
segmentos de demanda de alto gasto,
generar mayores beneficios para la población local y disminuir la presión sobre la
costa. Para lograr estos objetivos, el programa está estructurado en tres componentes: (i) desarrollo de oferta turística
clave; (ii) integración local en el desarrollo
turístico; y (iii) fortalecimiento de la gestión
turística.
El Componente 1 está dirigido a mejorar la
oferta turística de la CC con vistas a
aumentar el tiempo de permanencia y el
gasto que realiza el turista. Para ello, contempla inversiones para la puesta en valor
de los atractivos turísticos que son bienes
públicos y la mejora del espacio público, a
fin de generar circuitos y productos con
base en un plan de desarrollo coherente
con el planeamiento y normativa urbanos.
El Componente 2, está dirigido a fortalecer
las capacidades de los recursos humanos
locales para proveer servicios de calidad e
incrementar la captación de los beneficios
derivados de una mayor actividad turística
en la CC. El Componente 3, comprende
acciones dirigidas al fortalecer las capacidades del MITUR que permiten una planificación y gestión turística sostenible, con
vistas a mejorar la información que provee
al sector e incrementar el nivel de satisfacción de los turistas en la CC.
Las licitaciones de contratos financiados
por el BID se llevarán a cabo conforme a
los procedimientos indicados en las Políticas para la Adquisición de Bienes y Obras
Financiados por el Banco Interamericano
de Desarrollo (edición actual), y podrán
participar en ella todos los oferentes de
países que sean elegibles, según se especifica en dichas políticas. Los servicios de
consultoría se seleccionarán conforme a
las Políticas para la Selección y Contratación de Consultores Financiados por el BID
(edición actual).
A medida que estén disponibles se publicarán anuncios específicos de adquisiciones para los contratos a ser licitados conforme a los procedimientos de licitación
pública internacional (LPI) del BID. Para los
contratos de consultores con valor estimado igual o superior al equivalente de US
$200.000, se deberá publicar una invitación a presentar expresiones de interés en
UN Development Business y el Sitio de
Internet del BID y/o los periódicos de amplia distribución a nivel nacional.
Los oferentes y consultores elegibles interesados en recibir una invitación a la
precalificación/licitación conforme a los
procedimientos de LPI y los consultores
que deseen recibir una copia de la invitación a presentar expresiones de interés
para contratos de consultoría, o aquellos
interesados en obtener mayor información,
deberán dirigirse a la siguiente dirección:
Ministerio de Turismo.
Atn: Arq. Wanda Espinal, Analista Técnico
de Planificación.
Departamento de Planeación y Proyectos.
Av. Gregorio Luperón esquina Cayetano
Germosen,.
Bloque Oeste, 2do Piso.
Santo Domingo, República Dominicana..
Tel: (1-809) 221-4660 / Ext. 2075.
Fax: (1-809) 472-6204.
E-mail: [email protected]
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
mit Content von
NfA
Auslandsausschreibungen
VERKEHRSINFRASTRUKTUR
BAU, STRAßENBRÜCKE
Termin: 2011-12-09
Land: China
Ref-Nr: Contract Section C02, 07731121GSGC11484
Interne bfai-Nr: 11021015
Betrifft: Gansu Tianshui Urban Infrastructure Development Project
Vorgesehen:
- Bau einer Brücke aus Spannbetonträgern (L = 350 m, L = 25 m) über den
Fluss JieHe mit Straßenbau- und Uferschutzmassnahmen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
The People‘s Republic of China has received a loan from the Asian Development
Bank (ADB) towards the cost of the Gansu
Tianshui Urban Infrastructure Development
Project, and part of this loan will be used
for payments of Sunjiaping Bridge in the
contract of Chengji Road Civil Works (Contract package: C02).
2. The China Capital Tendering Co., Ltd.
(hereinafter called „the Bid Agent“) is entrusted by Tianshui Urban Construction and
Investment (Group) Co., Ltd (hereinafter
called „Employer“) to invite eligible bidders
to submit sealed bids for the contract.
International Competitive Bidding will be
conducted in accordance with the ADB‘s
Single-Stage: One-Envelope Bidding Procedure and is open to all bidders of ADB‘s
Member Countries.
3. The details of contract for civil works are
as follows:
Chengji Road C02 (Sunjiaping Bridge and
Road and Embankment from K3+250 to
K3+650), it is one contract package. The
main bridge, an unequal 9-span prefabricated beam bridge, is 305m long and 25m
wide. One span is 25m long and the others
are 35m long. This bridge is to be built over
JieHe River. The design of bridge is according to vehicle live load standard of highway grade-I. (For more details please see
Chapter 6: Job Requirements).
4. Only eligible bidders with the following
key qualifications should participate in the
bidding:
The domestic bidders should have a valid
First Class or above municipal public
works construction qualification certificate
and foreign bidders should obtain appropriate qualification before bidding
The bidders should have at least five years
construction experience prior to the bid
submission deadline;
The bidders should have finished 3 projects successfully that are similar to this
bridge construction in type and complication, and the investment scale of each project should be at least CNY 50 million.
The annual turnover of similar project that
is under construction and have completed
Freitag, 04. November 2011 | Seite 53
by the bidders in the past 3 years should
be at least CNY 50 million.
The bidder should submit financial statements in the past 3 years to show the
financial status and long-term profitability
of the bidders. The minimum requirement
for the bidders is that net asset value is
greater than zero.
The requirements for Key personnel and
equipments please see Chapter 3 of bidding documents.
5. To obtain further information and inspect
the bidding documents, bidders should
contact:
Tianshui Urban Construction and Investment Group, Co., Ltd. (Employer)
Contact: Mr. Jie Zhao, Mr. Wei Han
Address: F14, Dongsheng Building, Qinzhou District, Tianshui
Telephone: 0938-8295382, 0938-8296955
China Capital Tendering Co., Ltd. (The Bid
Agent)
Contact: Mr. Guang Yang and Mr. Lei Gao
Address: Room 1202, F12, Tower D, Poly
Plaza, No. 1 Zhangye Road
Chengguan District, Lanzhou
Telephone: 0931-8104195
6. To purchase the bidding documents in
English, eligible bidders should:
Purchase an application form from the
ADB Project Management Office, F14,
Dongsheng Building, Qinzhou District,
Tianshui during 28 October 2011 to 8
December 2011 (9:00-11:30AM, 3:00-5:
30PM, excluding holidays), requesting the
bidding documents for Contract Section
C02: Chengji Road: Sunjiaping Bridge. The
completed application form with official
seal should be faxed to 0938-8295382 or
0938-8270666.
Pay a non-refundable fee of CNY 2,000 or
US$ 310.
Conference Room, F6, Dongsheng Building, Qinzhou District, Tianshui
On or before the deadline: 9 December
2011, 9:30 AM. No bids will be accepted
after the deadline. Together with a Bid
Security as specified in the bidding document.
Bids will be opened immediately after the
deadline in the presence of bidders‘ representatives who choose to attend.
 Finanz.: Asiatische Entwicklungsbank /
Asian Development Bank (ADB)
KOT ROAD FROM CH 26+000 TO CH
106+610
Vorgesehen:
- Erneuerung/Ausbau der Straße Chhinchu Jajarkot
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. Government of Nepal, Ministry of Physical Planning and Works, Department of
Roads has received financing from the
International Development Association
(IDA) towards the cost of Road Sector
Development Project, Additional Financing, and it intends to apply part of the proceeds of this finance to payments under
the Contracts RSDPAF-W-UP-ICB-CJ-5A,
RSDPAF-W-UP-ICB-CJ-5B, RSDPAF-WUP-ICB-CJ-5C and RSDPAF-W-UP-ICBCJ-5D.
2. The Department of Roads, Road Sector
Development Project on behalf of the
Ministry of Physical Planning and Works,
Government of Nepal now invites sealed
bids from eligible and qualified bidders for
Upgrading of roads, drainage, and off-road
structures of Chhinchu Jajarkot Road from
CH 26+000 to CH 106+610 in the Contract
Package as shown below. The construction period is Eighteen months.
Package No. 1:
Slice No. and Contract ID No. Slice-1:
RSDPAF-W-UP-ICB-CJ-5A, Road Name:
Chhinchu Jajarkot From CH 26+000 to CH
46+400, Bid Document Cost: NRs 6,000,
Bid Validity Period: 120 days, Bid Security
Amount & Validity Period: NRs 3,343,000
Up to May 15, 2012
Slice No. and Contract ID No. Slice-2:
RSDPAF-W-UP-ICB-CJ-5B, Road Name:
Chhinchu Jajarkot From CH 46+400 to CH
70+600, Bid Document Cost: NRs 6,000,
Bid Validity Period: 120 days, Bid Security
Amount & Validity Period: NRs 3,805,000
Up to May 15, 2012
Slice No. and Contract ID No. Slice-3:
RSDPAF-W-UP-ICB-CJ-5C, Road Name:
Chhinchu Jajarkot From CH 70+600 to CH
88+600, Bid Document Cost: NRs 6,000,
Bid Validity Period: 120 days, Bid Security
Amount & Validity Period: NRs 4,296,000
Up to May 15, 2012
STRAßENBAUMAßNAHMEN
Slice No. and Contract ID No. Slice-3:
RSDPAF-W-UP-ICB-CJ-5C, Road Name:
Chhinchu Jajarkot From CH 88+600 to CH
106+610, Bid Document Cost: NRs 6,000,
Bid Validity Period: 120 days, Bid Security
Amount & Validity Period: NRs 4,351,000
Up to May 15, 2012
Termin: 2011-12-04
Land: Nepal
Ref-Nr: Invitation for bids, Notice No.:
RSDP/4/2068-69
Interne bfai-Nr: 11021059
Betrifft: ROAD SECTOR DEVELOPMENT
PROJECT (RSDP) ; UPGRADING OF
ROADS, DRAINAGE, AND OFF-ROAD
STRUCTURES OF CHHINCHU - JAJAR-
3. Bidding will be conducted following the
International Competitive Bidding (ICB)
procedures specified in the World Bank‘s
Guidelines: Procurement under IBRD
Loans and IDA Credits (h), May 2004 and
revised in October 2006 and May 2010 and
is open to all bidders from Eligible Source
Countries as defined in the Bidding Documents.
mit Content von
NfA
Auslandsausschreibungen
4. Interested Eligible Bidders may obtain
further information from Program Coordinator, RSDP, and inspect the Bidding
Documents at the address given below
during office hours or may visit Department
of
Roads
(DoR)
website
http://
www.dor.gov.np E-procurement section.
5. Bidders are advised to refer to the qualifications requirements specified in the bid
documents and the qualification requirements are also available at the DoR website http://www.dor.gov.np E-procurement
section.
6. Domestic bidders have the option to
submit their bids electronically through
DoR E-submission system. However, this
option is not available for international bidders who will be required to submit hard
copies of their bids manually.
Department of Roads, Department of
Roads,
Program Coordinator, Financial Administration Section
Road Sector Development Project, Babarmahal, Kathmandu, Nepal
Babarmahal, Kathmandu, Nepal
For the purpose of Domestic Bidders who
choose to submit their bid electronically
through E-procurement section of DoR‘s
Web Site: http://www.dor.gov.np, the Bidders may either purchase the hard copy of
bidding documents or may choose to
download the necessary part of bidding
documents, prepare their bids and submit
their electronic bids as specified in the
Instructions to Bidders. In case of Domestic Bidder who choose to download and
submit bid electronically, the Bidder shall
be required to deposit the cost of bidding
document (as specified in the table above)
in the Project‘s Rajaswa (revenue) account
as specified below and electronic scanned
copy (pdf format) of the Bank deposit
voucher/tele transfer receipt shall also be
submitted along with the electronic bid
files.
International bidder too may download the
bid document from website http://
www.dor.gov.np E-procurement section.
Payment for the bid document may be
made through a cash deposit or through a
tele-transfer of the applicable amounts (as
specified in the table above) in the Project‘s
Rajaswa (revenue) account as specified
below, with the original of the bank deposit
voucher/tele-transfer receipt being submitted together with hard copy of its bid.
Information for depositing the cost of
bidding
document
in
Bank:
Name of the Bank: Nepal Rastra Bank,
Thapathali
Name of Office: Road Sector Development
Project, Babarmahal
Freitag, 04. November 2011 | Seite 54
Road Sector Development Project.
Department of Roads, Babarmahal, Kathmandu, Nepal.
E-mail: [email protected].
Web site: www.dor.gov.np
 Finanz.: Weltbankgruppe
VERSCHIEDENES
MEßGERÄTE,
STRAßENBAU
Termin: 2011-12-22
Land: Nicaragua
Ref-Nr: Llamado No. 1 - LPI - 0012011
Interne bfai-Nr: 11021087
Betrifft: PROGRAMA VIAL DE INTEGRACION ACOYAPA - SAN CARLOS - FRONTERA CON COSTA RICA ; ADQUISICION
EQUIPOS DE LABORATORIO PARA MATERIALES DE CONSTRUCCION, SUELOS Y
ASFALTO
Vorgesehen:
- Lieferung von Laborausrüstung für Straßenbaumaterialien, Feuchtigkeits- und
Dichtemessgeräte für Böden, Beton und
Asphalt etc. (7 Lose)
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
Este llamado a licitación se emite como
resultado del aviso general de adquisiciones que para este proyecto fuese publicado en el Development Business, edición
No. 772 de fecha 26 de marzo de 2010.
El Gobierno de la República de Nicaragua
ha recibido préstamo del Banco Interamericano de Desarrollo (BID) para financiar
parcialmente la adquisición equipos de
laboratorio para materiales de construcción, suelos y asfalto y, se propone utilizar
parte de los fondos de este financiamiento
para efectuar los pagos bajo el Contrato
1599/SF-N, Proyecto vial del Plan Puebla
Panamá, zona III y 1796/SF-NI Programa
Vial de Integración Acoyapa San Carlos
Frontera con Costa Rica.
El Ministerio de Transporte e Infraestructura invita a los oferentes elegibles a presentar ofertas selladas para adquisición de
equipos de laboratorio para materiales de
construcción, suelos y asfalto (Garantías
de Mantenimiento de oferta indicadas):
Lote 1. Equipos de Uso General en el
Laboratorio ($2,172)
Lote 2. Equipos para Concreto Hidráulico
($3,461)
Lote 3. Equipos para Cemento ($1,386)
Lote 4. Equipos para Terracería ($3,095)
Office Code No. 27 337 45
Lote 5. Equipos para medir la humedad y
densidad de suelos, bases, hormigón y
asfalto ($1,755)
Office Account No. Ka 1 1 255
Lote 6. Equipos para Asfalto ($4,117)
Rajaswa (revenue) Shirshak No. 1 1 5 99
Program Coordinator.
Lote 7. Equipos para Acero de Refuerzo
($4,033)
La licitación se efectuará conforme a los
procedimientos de licitación pública internacional establecidos en la publicación del
BID titulada Políticas para la Adquisición
de Obras y Bienes financiados por el
Banco Interamericano de Desarrollo, y está
abierta a todos los oferentes de países elegibles, según se definen en dichas normas.
Los oferentes elegibles que estén interesados podrán obtener información adicional
en División de Adquisiciones Ministerio de
Transporte e Infraestructura, dirección al
final del llamado, en horas de oficina de 08:
00 a 17:00.
Los requisitos de calificación incluyen:
Para los lotes: 1,2, 3, 4,6 y 7: Copias de al
menos un contrato o Factura y documentación que demuestre la entrega de Equipos de laboratorio de suelo o asfalto o
equipos para pruebas de materiales de
construcción en un periodo de cinco
años.
Para el Lote 5 presentar copia de contrato
o Factura y documentación que demuestre la entrega de un Densímetro Nuclear, en
un periodo de 5 años.
No se otorgará un margen de preferencia a
contratistas nacionales elegibles. Mayores
detalles en el documento de licitación.
Los oferentes interesados podrán comprar
un juego completo de los documentos de
licitación en División de Adquisiciones
Ministerio de Transporte e Infraestructura,
en la dirección a continuación, en horas de
oficina de 08:00 a 17:00 y mediante presentación de una solicitud por escrito a la
dirección indicada al final de este llamado
y contra el pago de una suma no reembolsable de US$ 25 o bien el respectivo
monto equivalente en moneda nacional
(Córdoba), al cambio oficial del día lunes 5
de diciembre 2011. Esta suma podrá
pagarse en efectivo, cheque certificado o
transferencia a nombre de Ministerio de
Transporte e Infraestructura (MTI), pagaderos en cualquier sucursal del Banco de la
Producción BANPRO a las cuentas No.
10011715133594 (cuenta en Dólares norteamericanos) y 100110007618115 (cuenta en Córdobas) El documento de licitación
será entregado enviado vía courier para los
oferentes que se encuentren en el exterior
y adicionalmente se cobraran los gastos
de envío.
Las ofertas deberán hacerse llegar a la
dirección indicada abajo, a más tardar el
día jueves 22 de diciembre de 2011 a las
10:00 horas. Ofertas electrónicas no serán
permitidas. Las ofertas que se reciban
fuera de plazo serán rechazadas. Las ofertas se abrirán en presencia de los representantes de los oferentes que deseen asistir en persona, en la sala de conferencia
de la División de Adquisiciones del MTI, a
las 10:15 horas, del día jueves 22 de
diciembre 2011. Todas las ofertas deberán
estar acompañadas de una Garantía de
mit Content von
NfA
Auslandsausschreibungen
Mantenimiento de oferta equivalente al
valor indicados en cada uno de los lotes.
Ministerio de Transporte e Infraestructura.
División de Adquisiciones.
Atn: Lic. Alberto Reyes Castellón, Director
de la División de Adquisiciones MTI.
Frente Estadio Nacional Denis Martínez.
Managua, Nicaragua.
Fax: (505) 2228-1382.
E-mail: [email protected]
 Finanz.: Interamerikanische Entwicklungsbank / Banco Interamericano de
Desarrollo ( BID)
Freitag, 04. November 2011 | Seite 55
ver) and Experience and Technical Capacity (similar contracts). Additional details are
provided in the Bidding Documents.
6. 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 SDG
150.00. The method of payment will be
deposit to the following account 69193145/
002 Bank of Sudan Khartoum Branch.
Lot No. 1: Furniture, Amount (USD):
5.000,00
Lot No. 2: Computers and Audio-Visual
Equipment, Amount (USD): 3.000,00
MÖBEL UND
AUSRÜSTUNG FÜR
BILDUNGSSTÄTTEN
Lot No. 3: Laboratory Equipment, Amount
(USD): 1.500,00
Termin: 2011-11-17
Land: Sudan
Ref-Nr: IFB No: 01/CCU/MoE
Interne bfai-Nr: 11021046
Betrifft: BASIC EDUCATION PROJECT
(BEP) ; SUPPLY OF EQUIPMENT AND
FURNITURE FOR THE TEACHERS TRAINING INSTITUTES (NORTH KORDOFAN &
RED SEA)
Lot No. 5: Kitchen Equipment and Utensils,
Amount (USD): 1.000,00
Vorgesehene Lieferung:
- Möbel, IT- und AV-Ausrüstung, Laborausrüstung,
Büroausrüstung
und
Küchenausstattung für Lehrer-Bildungseinrichtungen
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
1. The Government of National Unity #
Sudan has received a Grant from the Multi
Donors Trust Fund toward the cost of the
Basic Education Project (BEP), and it
intends to apply part of the proceeds of
this grant to payments under the Contract
for the Supply of Equipment and Furniture
for the Teachers Training Institutes (North
Kordofan & Red Sea) in 5 Lots.
2. The Basic Education Project (BEP) now
invites sealed bids from eligible bidders for
the Supply of Equipment and Furniture for
the Teachers Training Institutes (North
Kordofan & Red Sea) in 5 Lots, as follows:
Lot 1 # Furniture; Lot 2 - Computers and
Audio-Visual Equipment; Lot 3 - Laboratory Equipment; Lot 4 # Copiers and Lot 5 Kitchen Equipment and Utensils.
3. Bidding will be conducted throu gh the
International Competitive Bidding (ICB)
procedures as specified in the World
Bank‘s Guidelines: Procurement under
IBRD Loans and IDA Credits (h), (current
edition), and is open to all eligible bidders
as defined in the guidelines.
4. Interested eligible bidders may obtain
further information from BEP Coordination
Office and inspect the Bidding Documents
at the address given below from 09H00 to
15H00.
5. Qualifications requirements include:
Financial Capability (average annual turno-
Lot No. 4: Copiers, Amount (USD):
1.500,00
Ministry of General Education.
Basic Education Project (BEP).
Central Coordination Unit (CCU).
4 Osman Dignah St.
Khartoum, Sudan.
Attn: El Fatih Mohamed Ali.
Cell: 0911441910 .
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)
WASSER, ABWASSER
DATENLOGGER ETC.
Termin: 2011-12-04, Unterlagen kurzfristig!
Land: Jordanien
Ref-Nr: 7/Supply/
YWC/2011
Interne bfai-Nr: 11021029
Vorgesehen:
- Lieferung und Installation von Datenloggern, Druckmessfühlern und Durchflussmessern
Verbindlicher englischer Originaltext des
Hinweises abrufbar unter:
- www.gtai.de/:11021029
 Finanz.: KfW-Entwicklungsbank
CONSULTING / BAU /
AUSRÜSTUNG,
INSTANDSETZUNG VON
WASSER- UND ABWASSEREINRICHTUNGEN
Land: Peru
Interne bfai-Nr: 11021009
Betrifft: OPTIMIZACIÓN DE LOS SISTEMAS DE AGUA POTABLE Y ALCANTARILLADO: SECTORIZACIÓN, REHABILITACIÓN DE REDES Y ACTUALIZACIÓN
CATASTRO - ÁREA DE INFLUENCIA
PLANTA HUACHIPA - ÁREA DE DRENAJE
- COMAS - CHILLÓN - LIMA ; ANUNCIO
GENERAL DE ADQUISICIONES
Vorgesehen:
- Instandsetzung von Wasser- und Abwasserleitungen, Instandsetzung von Wasserspeichern, Austausch von Hausanschlüssen und Installation von Makrozählern und Ventilen, Bereich Comas Chillon - Lima (Zona Norte I)
- Verbesserung der Effizienz der Unternehmens SEDAPAL: Einführung eines
Management-Informationssystems, Entwicklung und Durchführung einer
SCADA-Strategie, Verbesserung der
Nachfragedeckung, Entwicklung eines
neuen organisatorischen Modells
- Projektmanagement, -überwachung und
-Audit
Weitere Details entnehmen Sie bitte dem
nachfolgenden Originaltext:
La República del Perú ha solicitado un
préstamo del Banco Internacional de
Reconstrucción y Fomento (BIRF) por un
monto equivalente a US$ 54‘500,000 para
sufragar parcialmente el costo del Proyecto de Optimización de los sistemas de
agua y alcantarillado de Lima - Norte, y se
propone utilizar los fondos de este préstamo para efectuar los pagos correspondientes a la adquisición de bienes, la contratación de obras, servicios conexos y servicios de consultoría en el marco de este
proyecto. Las licitaciones de contratos
financiados por el Banco Mundial se
regirán por sus reglas sobre elegibilidad y
los procedimientos establecidos.
El Objetivo del Proyecto es mejorar la eficiencia, continuidad y confiabilidad del
suministro de los servicios de agua y
alcantarillado en el área Norte de Lima. El
proyecto comprenderá los siguientes componentes.
Componente 1. Rehabilitación de las redes
de agua potable y alcantarillado de la Zona
Norte I (Comas-Chillón-Lima). Este componente financiará la rehabilitación de las
redes de agua y alcantarillado. También
financiará, con el fin de mejorar la gestión
de la red rehabilitada y disminuir las pérdidas, la rehabilitación de reservorios, el
reemplazo de conexiones domiciliarias y la
instalación de macro medidores y válvulas
para permitir la sectorización. Para maximizar los beneficios del proyecto, la inversión física se complementará con inversiones sociales.
Componente 2. Mejorar la eficiencia de
SEDAPAL. Este componente financiará
estudios y servicios de consultoría que
provean herramientas de toma de decisiones a las Gerencias de SEDAPAL. En
cuatro áreas se enfocarán las actividades:
i) Soporte a la implementación de un SIG,
ii) estrategia de tecnología de la información y consolidación del SCADA, iii) preparación de una estrategia para suplir la
demanda de los usuarios de agua y alcan-
mit Content von
NfA
Auslandsausschreibungen
tarillado de la manera más eficiente posible y, iv) opciones para el desarrollo de un
nuevo modelo organizacional.
Componente 3. Manejo del Proyecto por
SEDAPAL. Este componente financiará los
gastos incrementales para el manejo del
Proyecto, al igual que el establecimiento
de un Sistema de Monitoreo y Evaluación y
las diferentes auditorías requeridas. Adicionalmente se financiarán apoyos y formación en temas específicos y la documentación del proceso y resultados del Proyecto
para resaltar las lecciones aprendidas y
buenas prácticas.
La licitación de contratos financiados por
el préstamo se llevará a cabo conforme al
procedimiento especificado en las Normas: Contrataciones con Prestamos del
BIRF y Créditos de la AIF, Mayo de 2004
(Versión revisada en Octubre de 2006 y
Mayo de 2010) publicado por el Banco
Mundial, y podrán participar en ella todos
los licitantes de países de origen que sean
elegibles, según se especifica en dichas
normas. Los servicios de consultoría se
seleccionarán conforme a las Normas:
Selección y Contratación de Consultores
por Prestatarios del Banco Mundial (h),
Mayo de 2004 (Versión revisada en Octubre de 2006 y Mayo de 2010).
A medida que estén disponibles, se publicarán anuncios específicos de adquisiciones para contratos que se hayan de licitar
conforme a los procedimientos de licitación pública internacional del Banco Mundial y para contratos de consultores de alto
valor en Development Business.
Con recursos del Préstamo se financiarán
los siguientes contratos:
OBRAS:
Lote 4 - Paquete 3 - Obras Secundarias
agua potable y alcantarillado - Comas,
Independencia y Los Olivos; Paquete 4
Obras Secundarias agua potable y alcantarillado - Independencia, Los Olivos y San
Martín de Porres
FECHA ESTIMADA DE AEA O SEI:
Diciembre 2011
CONSULTORÍAS:
Promoción uso equipos ahorradores de
agua, FECHA ESTIMADA DE AEA O SEI:
Marzo 2012
Apoyo para la implementación del SIG,
FECHA ESTIMADA DE AEA O SEI:
Diciembre 2011
Estandarización de los sistemas SCADA
de SEDAPAL, FECHA ESTIMADA DE AEA
O SEI: Febrero 2012
Evaluación organizacional de SEDAPAL y
propuesta de alternativas estratégicas de
organización. , FECHA ESTIMADA DE AEA
O SEI: Junio 2012
Estrategia para la gestión de la demanda y
el consumo, FECHA ESTIMADA DE AEA O
SEI: Marzo 2012
Los procesos listados corresponden a
Obras que se adjudicarán de acuerdo con
Freitag, 04. November 2011 | Seite 56
el procedimiento de Licitación Pública
Internacional y Servicios de Consultoría
cuyo monto estimado es superior a US$
200.000
Los licitantes elegibles que tengan interés
en ser incluidos en la lista de correspondencia para recibir una invitación a la licitación conforme a los procedimientos de licitación pública internacional, y los consultores interesados que deseen recibir un
ejemplar de la invitación a presentar expresiones de interés para contratos de consultores de alto valor, o aquellos que necesiten obtener más información, deberán
dirigirse a la dirección indicada abajo.
Proyecto Mejoramiento Sanitario de las
Áreas Marginales de Lima - PROMESAL.
Guillermo Quezada Tavara.
Autopista Ramiro Prialé No. 210 - El Agustino - Lima - Perú.
Tel: (51-1) 317-3095.
Fax: (51-1) 317-3097.
E-mail: [email protected]
 Finanz.: Weltbank /International Bank
for Reconstruction and Development
(IBRD/Weltbank-Gruppe)

Documents pareils