The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

Category 2

Urban Transport Management Training

Published on:Addis Zemen ( Nov 3, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission (Check it)

PROCUREMENT NOTICE for Traning Service 

National Competitive Bidding Ref. No. AATB/NCB/03/2013

Invitation to bid for

  • Lot-1: Transportation Engineering Software for Primavera (p6)
  • Lot-2: Transportation Engineering Software for VISUM 17 (for strategic planning)
  • Lot-3: Urban Transport Management Training
  • Lot-4: Training on Vehicle Inspection (አጠቃላይ የተሸከርካሪ ብቃት ምርመረ ሂደት እና ቦሎ አሰጣጥ)

Bidder should be a Vat registration certificate, renewed trade license related to a given assignment for 2013 E.C and registration certificate from ministry of works and urban development or other authorized authority for which they are registered on list TIN no. certificate & supplier list.

  1. The Addis Ababa City Administration Transport Bureau has funds within the Employer’s budget to be used for the procurement of the Service stated above.
  2. Bidding will be conducted in accordance with the open National Competitive Bidding Procedure contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries.
  3. A complete set of Bidding Document may be purchased by interested bidders upon payment of a non-refundable fee of Ethiopian Birr 100.00 (one hundred Birr) from Procurement, Property Administration and General Service Directorate 6th floor Room No 01
  4. Each Bid shall be valid for a period of 90 days after bid opening and must be accompanied by a bid security 10,000 Birr (Ten thousand Birt) in each lots in the form of CPO or Unconditional Bank Guarantee.
  5. The bid along with the bid security must be delivered to the Procurement, property & General Services Directorate at November 19/2020 after lunch time before 8:00 Local time
  6. The Technical & Financial for all Bid Document Envelopes should be submitted as follows:
  • The Technical original & copy of bid document should be sealed in separate envelopes & marked “Original Technical Document” & “copy of Technical Document respectively, the envelopes should then be sealed in an outer envelope “Technical Document”.
  • The Financial original & copy of financial document should be sealed in separate envelopes & marked “Original Financial Document “&” copy of Financial Document respectively; the envelopes should then be sealed in an outer envelope “Financial Document”. Clearly & Separately

7. Technical Bid Documents will be opened at the same place, on the same date, at November 19/2020 after Lunchtime 8:30 Local time in the presence of bidders or bidder’s representative who chose to attend.

8. Addis Ababa City Administration Transport Bureau reserves the right to accept or reject all or part of the bid without assigning any reason thereof.

For more information please, call or contact me.

  • Tel; +251-11-5-57-59-52
  • P.O. Box 2395

Address:-In front of African union head Quarter Yotek Building 6th floor

ADDIS ABABA CITY ADMINISTRATION TRANSPORT BUREAU (AATB)

Asset study & inventory of city administration

Published on:Ethiopian Herald ( Oct 29, 2020 )Place of Bid Competitions:Goba Oromia
Remaining Time for Bid Submission (Check it!)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANCY OF INFRASTRUCTURE ASSET INVENTORY STUDIES) GOVERNMENT OF THE FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA REGIONAL GOVERNMENT OF OROMIYA

GOBA CITY ADMINISTRATION

URBAN INSTITUTIONAL AND INFRASTRUCTURE DEVELOPMENT PROJECT (UTIDP)

Consultancy of infrastructure asset inventory studies

Reference No. Goba/UIIDP/Con-001/2013

Goba City Administration has allocated/received funds and intends to apply part of the proceeds of these funds towards the cost of consultancy services for Asset study & inventory of city administration. Goba City Administration now invites suitably qualified bidders to submit sealed expressions of interest for the consultancy of infrastructure asset inventory studies.

The objective this consultancy service includes Make an inventory of all infrastructure asset category. assessing the condition of each asset of the city administration using simple and acceptable indicators and differentiate assets that need maintenance and which needs rehabilitation, calculating cost of maintenance, replacement and the likes with use of the updated cost factors and rates, Integrating/linking the physical data with all attributes indicated and develop Geo-database for all infrastructure categories using state of the art and standard GIS application specifically Linear Referencing; and detailed in the Terms of Reference and Request for Proposals to be provided to the shortlisted firms.

It is envisaged that the service will require the services of a registered firm of consultants that have demonstrated ability and experience in similar Services. Only consultants of category 3 and above and with valid licenses for the current year issued by the Ministry of Urban Development and Construction are eligible to participate. Schedule: It is expected that the work will start shortly after the signing of the contract,

potentially in the next fifteen days after contract signing. In sending their expressions of interest. Eligible firms should provide information indicating that they are registered and qualified to perform the services.

(Brochures and resume of the firms, descriptions of similar assignments previously had done Experience in

the region and/or other regions or developing countries and availability of skills). Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. Failure to submit registration and license documents with the expression of interest will result in disqualification. A Consultant will be selected in accordance with the QCBS method set out in the Consultant Guidelines. Expressions of interest will be evaluated in accordance with the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia.

Expression of interest must be delivered to the address below on or before the 10″ calendar day beginning from the announcement date on the Newspaper of Ethiopian Herald

Interested consultancy firms may obtain further information at the address below during office hours 8:30 am to 12:30 am & 1:30 pm to 5:30 pm Monday to Friday, Telephone: 251-022-661-2764/022-661-086

P. O. Box 45

Goba Oromia, Ethiopia

REGIONAL GOVERNMENT OF OROMIYA

GOBA CITY ADMINISTRATION

Asset study & inventory of city administration.

Published on:Addis Zemen ( Oct 28, 2020 )Place of Bid Competitions:Negele-Borena Oromiya 
Remaining Time for Bid Submission (Check it!)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANCY OF INFRASTRUCTURES ASSET INVENTORY STUDIES)

GOVERNMENT OF THE FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA

REGIONAL GOVERNMENT OF OROMIYA NEGELE-BORENA CITY ADMINISTRATION

URBAN INSTITUTIONAL AND INFRASTRUCTURE DEVELOPMENT PROJECT (UIIDP)

  • Consultancy of infrastructures asset inventory studies
  • Reference No. Nag.Born/UIIDP/CN/006/2013

Negele Borena City Administration has allocated/received funds and intends to apply part of the proceeds of these funds towards the cost of consultancy services for Asset study & inventory of city administration. Negele Borena City Administration now invites suitably qualified bidders to submit sealed expressions of interest for the consultancy of infrastructure asset inventory studies.

The objective this consultancy service includes Make inventory of all infrastructure asset category, assessing the condition of each assets of the city administration using simple and acceptable indicators and differentiate assets that need maintenance and which needs rehabilitation, calculating cost of maintenance, replacement and the likes with use of the updated cost factors and rates, Integrating/linking the physical data with all attributes indicated and develop Geo-database for all infrastructure categories using state of the art and standard GIS application specifically Linear Referencing; and detailed in the Terms of Reference and Request for Proposals to be provided to the shortlisted firms.

It is envisaged that the service will require the services of a registered firm of consultants that has demonstrated ability and experience in similar Services. Only consultants of category 3 and above and with valid licenses for the current year issued by the Ministry of Urban Development and Construction are eligible to participate.

Schedule: It is expected that the work will start shortly after the signing of the contract, potentially in next fifteen days after contract signing. In sending their expressions of interest Eligible firms should provide information indicating that they are registered and qualified to perform the services.

(Brochures and resume of the firms, descriptions of similar assignments previously had done Experience in the region and/or other regions or developing countries and availability of skills).

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

Failure to submit registration and license documents with the expression of interest will result in disqualification.

A Consultant will be selected in accordance with the QCBS method set out in the Consultant Guidelines. Expressions of interest will be evaluated in accordance with the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia. Expression of interest must be delivered to the address below on or before the 10th calendar day beginning from the announcement date Oct.28/10/2020 to Nov 6/10/2020 on the Newspaper of Ethiopian Herald,

Interested consultancy firms may obtain further information at the address below during office hours 8:30 am to 12:30 am & 1:30 pm to 5:30 pm Monday to Thursday and 8:30 am to 11:30 am & 1:30 pm to 5:30 pm Friday.

Telephone: 046-445-2289/046-445-1468

Negele-Borena Oromiya Ethiopia

Sunshine Construction Plc invites Sub-Contractor who have sufficient work experience ‘in the areas of geotechnical investigation and related fields.

Published on:Ethiopian Herald ( Oct 27, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission (Check it!)

Invitation for Bid

1) The Sunshine Construction Plc. has entered into a Contract Agreement with the Ethiopian Roads Authority for the Construction works of Debre Birhan-Ankober Road Upgrading Project. New road alignment has been proposed and detailed geotechnical investigation was recommended prior to any construction activity due to the nature of the area, which should be Sub-Contracted to the Specialty Sub-Contractor who have sufficient work experience ‘in the areas of geotechnical investigation and related fields.

2) Pursuant to the signed Contract Agreement, Sunshine Construction Plc. now invites eligible bidders to submit a sealed bid for providing the necessary Equipment’s, labor, and material for the geotechnical investigation work for the new road alignment section on the above-mentioned road project (i.e. Debre Birhan-Ankober Road Upgrading Project).

3) The interested bidders can obtain Terms of Reference prepared in Contract language (i.e. English) from the Sunshine Construction Plc. Head office, Contract Administration Department.

4) Bidders shall present a copy of their:

i. Certificate of Registration from the concerned the government body in such areas of Specialization (i.e. Drilling and Geotechnical Investigation work).

ii. Renewed Trade License for the year 2012 E.C.

iii. Tax clearance certificate, which states that bidders can participate in any public tender valid at the bid submission date and VAT Registration certificate.

iv. Registration as a supplier in the list of the mandated public body (i.e. Public Procurement and Property Administration Agency (PPPAA).

5) Bids shall be submitted/delivered to the address indicated below on/or before 14 consecutive working days from the date of the announcement.

6) Bid opening shall be held in the presence of bidders and/or their representatives who wish to attend, in the below mentioned address, on the last submission date at 10:00 A.M.

Address: General Manager Office

Sunshine Construction Plc. Head Office Second Floor

7) Failure to comply with any of the conditions stated above shall result in an automatic rejection.

8) Interested eligible bidders may obtain further information from Sunshine Construction Plc. Head Office at the address given above from 8:00 A.M to 12:00 P.M and 1:00 PM to 5:00 P.M local time from Monday to Friday and 8:00 A.M to 12:00 P.M local time on Saturday.

9) Bidder shall submit two envelops, the first envelope labeled as -Qualification information” and the second envelop “Financial Bid” separate sealed and the two envelopes sealed in a single envelope. Each envelope shall contain one original and 2 copies of the submission.

10) Bids must be delivered to the address below on or before Fourteen (14) working days from the date of the announcement.

Sunshine Construction Plc.

Tel. No. -251 551 32 89/40 60 Addis Ababa

11) The Sunshine Construction Plc. reserve the right to accept or reject any or all bids.

Sunshine Construction Plc.

Design and supervision work of street light

Published on:Addis Zemen ( ጥቅምት 12፣ 2013 )Place of Bid Competitions:በአማራ ብሄራዊ ክልላዊ መንግስት የኮምቦልቻ ከተማ
Remaining Time for Bid Submission (Check it!)

ግልፅ የጨረታ ማስታወቂያ

በአማራ ብሄራዊ ክልላዊ መንግስት የኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ግ/ፋ/ን/አስ/ስራ ሂደት የኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራከሽን ጽ/ቤት ኮምቦልቻ ከተማ አስ/ር ካፒታል በጀት በ2013 በጀት አመት በተያዘው በጀት

  • Design and supervision work of street light በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል ::

ስለዚህ የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቾች መወዳደር ይችላሉ ::

  1. በዘመኑ የታደሰ ህጋዊ ንግድ ፈቃድ ያላቸው
  2. የግብር ከፋይ መለያ ቁጥር/ TIN NO. ያላቸው
  3. የግዥ መጠን ብር 200,000/ሁለት መቶ ሺህ ብር እና በላይ ከሆነ የተጨማሪ እሴት ታክስ /VAT/ ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ።
  4. የሙያ ደረጃ ከ3/ሶስት/ በላይ ሆኖ የታደሰ ሙያ ፈቃድ ብቃት ማረጋገጫ ሰርተፍኬት ማቅረብ የሚችሉ።
  5. ተጫራቾች በጨረታ ለመሳተፍ ከተ/ቁ 1-5 የተጠቀሱትን የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዳቸው ጋር አያይዘው ማቅረብ አለባቸው።
  6. ተጫራቾች የጨረታ ሰነዱን ከኮቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ግ/ፋ/ን/አስ/የስራ ሂደት ቢሮ ቁጥር 07 በመሄድ ጨረታ ከወጣበት ቀን ጀምሮ ዘወትር በስራ ሰዓት 1፡30 ድረስ ከ12/02/2013 እስከ02/03/2013 ዓ/ም ድረስ መግዛት ይችላሉ።
  7.  ተጫራቾች የጨረታ ማስከበሪያ ዋስትና በCPO ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በባንክ የተረጋገጠ ሌተር ኦፍ ክሬዲት ወይም በጥሬ ገንዘብ 9418.00/ዘጠኝ ሺህ አራት መቶ አስራ ስምንት ብር ማስያዝ ይኖርባቸዋል።
  8. Design of street light ስራዎች ዝርዝር መግለጫ /ስፔስፍኬሽን/ ከጨረታ ሰነድ ማግኘት ይችላሉ።
  9. supervision work of street light ስራዎች ዝርዝር መግለጫ /ስፔስፊኬሽን /ከጨረታ ሰነድ ማግኘት ይችላሉ።
  10. ተጫራቾች የጨረታ ሰነዱን የማይመለስ ብር 300 /ሶስት መቶ ብር /ብቻ በመክፈል ከቢሮ ቁጥር 07 ማግኘት ይቻላል።
  11. ተጫራቾች የጨረታ ሰነዱን ኦርጅናልና ኮፒ በተለያየ ፖስታ በጥንቃቄ በማሸግ ኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ግ/ፋ/ን/አስ/የስራ ሂደት ቢሮ ቁጥር 18 በተዘጋጀው የጨረታ ሳጥን ጨረታው ከወጣበት ቀን ጀም ዘወትር በስራ ሰዓት 03/03/2013 ዓ/ም 4፡00 ሰዓት ድረስ በማስገባት ሳጥኑ የሚታሸግ ሲሆን በዚሁ እለት 4፡30 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት እና በግዥ መመሪያ ቁጥር 1/2003 መሰረት ተጫራቾች ባይገኙም በግልጽ ይከፈታል ነገር ግን የተለየ ችግር ካጋጠመ ከቅዳሜና እሁድ ውጪ በሚቀጥለው የስራ ቀን የሚከፈት መሆኑን እናሳውቃለን ።
  12. በጨረታ ሰነድ ላይ የድርጅቱ ማህተምና ፊርማ ማድረግ ይኖርባችኋል።
  13. ተጫራቾች በጨረታ ሰነድ ላይ ግልጽ ያልሆነ ነገር ሲገጥማችሁ አሰሪው መ/ቤት ጨረታ ካወጣው አካል ከጨረታው መክፈቻ እለት በፊት በስልክ ቁጥር 0338514142፤0338514113 ደውለው መጠየቅ ይችላሉ።
  14. ጽ/ቤቱ የተሻለ መንገድ ካገኘ ጨረታውን በከፊል ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡

በአማራ ብሄራዊ ክልላዊ መንግስት የኮምቦልቻ ከተማ

አስተዳደር ልማትና ቤቶችና ኮንስትራክሽን ጽ/ቤት

Consultancy Service for Construction Supervision and Contract Administration of Chefe 26km Sewer Line Construction Project in Addis Ababa

Published on:Ethiopian Herald ( Oct 22, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission (Check it!)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES — FIRMS SELECTION)

  • Country: Federal Democratic Republic of Ethiopia; Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division;
  • Name of the Project: Chefe 26km Sewer Line Construction Project in Addis Ababa
  • Assignment Title: Consultancy Service for Construction Supervision and Contract Administration of Chefe 26km Sewer Line Construction Project in Addis Ababa
  • Procurement Reference No.: AAWSA/WSIDD/GOV/NCB/CS007/2020
  1.  The Addis Ababa Water and Sewerage Authority Water and Sanitation Infrastructure Development Division Office has intended to allocate finance for Chefe 26km Sewer Line Construction Project in Addis Ababa, and intends to apply part of the proceeds for consulting services (Contract Administration and Construction Supervision).
  2. The consulting services (“the Services”) include:

2.1 Design review

  • Review the proposed sewer alignment and profile made by the recent consultant
  • Review the sewer line layout, capacity of sewer line for the selected areas of the sub-Catchment.
  • Review the material types and make proposal if required.
  • Review the detailed construction drawings, plan and section, technical specification, detail design calculation, BOQ

2.2 Construction Supervision of Sewer line project

This is a time-based contract. The consultancy service is expected to take 24 months.

3. The consulting firm to be hired must be highly competent /reputable and must have experienced key professionals and appropriate support staff with ample workexperience.

4. The AAWSA-Water and Sanitation Infrastructure Development Division now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested consulting firms must provide information indicating that they are qualified to perform the consulting services (brochures, core business, years of experience in the business, description of similar assignments, experience in similar conditions, technical and managerial organizational structure of the firm, availability of appropriate skills, general qualification etc…).

5. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The Expression of Interest should clearly specify the type of relationship the consultants propose to establish.

6. The consulting firm will be selected under Quality and Cost Based selection /QCBS/ method in accordance with Public Procurement Agency (PPA’s) procedures for selection and employment of consultants.

7. Bidders/Consulting Firms who had poor performance and bad conduct in the previous relation with the AAWSA, WSIDD cannot participate in this bid.

8. Interested consulting firm can obtain further information and collection of full set of TOR document (soft Copy) from the Procurement Department at the address below during working hours.

9. Expression of Interest must be delivered in two hard copies to the address below (in person, mail) on or before November 6, 2020.

10.The A.A.W.S.A Water and Sanitation Infra-structure Development Division reserves the right to reject any or all of the bids.

Address: AAWSA – Water and Sanitation Infrastructure Development Division, Lideta sub-city Woreda 08 around condominium houses on the left side of Lideta Menafesha. Tel. +251-118291312

Attn: Mrs. Mestawot Abebe, Procurement Support Process Head E-mail address: kiyake21@gmail.com

The Addis Ababa Water and Sewerage Authority Water and Sanitation Infrastructure Development Division Office

Design and supervision work for Albiko Bridge

Published on:Addis Zemen ( ጥቅምት 12፣ 2013 )Place of Bid Competitions:ኮምቦልቻ ከተማ ልማትና ቤቶች ኮንስትራክሽን ጽ/ቤት
Remaining Time for Bid Submission (Check it!)

ግልጽ ጨረታ ማስታወቂያ

በአማራ ብሄራዊ ክልላዊ መንግስት የኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ግ/ፋ/ን/አስ/ስራ ሂደት የኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ኮምቦልቻ ከተማ አስ/ር  ካፒታል በጀት በ2013 በጀት አመት በተያዘው በጀት

  • Design and supervision work for Albiko Bridge በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል ፡፡

ስለዚህ የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቾች መወዳደር ይችላሉ ፡፡

  1. በዘመኑ የታደሰ ህጋዊ ንግድ ፈቃድ ያላቸው
  2. የግብር ከፋይ መለያ ቁጥር /TIN NO. /ያላቸው
  3. የግዥ መጠን ብር 200,000/ሁለት መቶ ሺህ ብር /እና በላይ ከሆነ የተጨማሪ እሴት ታክስ /VAT/ ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ፡፡
  4. የሙያ ከደረጃ ከ3/ሶስት/ በላይ ሆኖ የታደሰ ሙያ ፈቃድ ብቃት ማረጋገጫ ሰርተፍኬት ማቅረብ የሚችሉ፡፡
  5. ተጫራቾች በጨረታ ለመሳተፍ ከተ/ቁ 1-5 የተጠቀሱትን የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዳቸው ጋር አያይዘው ማቅረብ አለባቸው፡፡
  6. ተጫራቾች የጨረታ ሰነዱን ከኮ/ቻ ከተማ ልማት ቤቶችና ኮንስትራክሽን ጽ/ቤት ግ/ፋ/ን/አስ/የስራ ሂደት ቢሮ ቁጥር 07 በመሄድ ጨረታ ከወጣበት ቀን ጀምሮ ዘወትር በስራ ሰአት 11:30 ድረስ ከ12/2/2013 እስከ 2/3/2013 ዓም ድረስ መግዛት ይችላሉ፡፡
  7. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና በcpo ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በባንክ የተረጋገጠ ሌተር ኦፍ ክሬዲት ወይም በጥሬ ገንዘብ 4000/አራት ሺህ ብር/ ማስያዝ ይኖርባቸዋል፡፡
  8. Design for Albiko Bridge ስራዎች ዝርዝር መግለጫ /ስፔስፍኬሽን /ከጨረታ ሰነድ ማግኘት ይችላሉ፡፡
  9. supervision Work for Albiko Bridge ስራዎች ዝርዝር መግለጫ /ስፔስፍኬሽን /ከጨረታ ሰነድ ማግኘት ይችላሉ፡፡
  10. ተጫራቾች የጨረታ ሰነዱን የማይመለስ ብር 300 /ሶስት መቶ ብር/ ብቻ በመክፈል ከቢሮ ቁጥር 07 ማግኘት ይቻላል፡፡
  11. ተጫራቾች የጨረታ ሰነዱን ኦርጅናልና ኮፒ በተለያየ ፖስታ በጥንቃቄ በማሸግ ኮቻ ከተማ ልማት ቤቶችና ኮንስትራከሽን ጽ/ቤት ግ/ፋ/ን/አስ/የስራ ሂደት ቢሮ ቁጥር 18 በተዘጋጀው የጨረታ ሳጥን  ጨረታው ከወጣበት ቀን ጀምሮ ዘወት በስራ ሰእት 3/3/2013 ዓ/ም 4፡00 ሰዓት ድረስ በማስገባት ሳጥኑ የሚታሸግ ሲሆን በዚሁ እለት 4፡30 ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት እና በግዥ መመሪያ ቁጥር 1/2003 መሰረት ተጫራቾች ባይገኙም በግልጽ ይከፈታል ነገር ግን የተለየ ችግር ካጋጠመ ከቅዳሜና እሁድ ውጪ በሚቀጥለው የስራ ቀን የሚከፈት መሆኑን እናሳውቃለን፡፡
  12. በጨረታ ሰነድ ላይ የድርጅቱ ማህተምና ፊርማ ማድረግ ይኖርባችኋል፡፡
  13. ተጫራቾች በጨረታ ሰነድ ላይ ግልጽ ያልሆነ ነገር ሲገጥማችሁ አሰሪው መ/ቤት ጨረታ ካወጣ አካል ከጨረታው መከፈቻ እለት በፊት በስልክ ቁጥር 0338514142/0338514113 ደውለው መጠየቅ ይችላሉ፡፡
  14.  ጽ/ቤቱ የተሻለ መንገድ ካገኘ ጨረታውን በከፊል ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡

ኮምቦልቻ ከተማ ልማትና ቤቶች ኮንስትራክሽን ጽ/ቤት

CONSULTANCY OF INFRASTRUCTURE ASSETINVENTORY STUDIES

Published on:Ethiopian Herald ( Oct 18, 2020 )Place of Bid Competitions:Negele Arsi, Oromia, Ethiopia
Remaining Time for Bid Submission (Check it!)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANCY OF INFRASTRUCTURE ASSETINVENTORY STUDIES)

GOVERNMENT OF THE FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA

  • REGIONAL GOVERNMENT OF OROMIANEGELE ARSI CITY ADMINISTRATIONURBAN INSTITUTIONAL AND INFRASTRUCTURE DEVELOPMENT PROJECT (UIIDP)
  • Consultancy of infrastructure asset inventory studies Reference No, Negele Arsi /UIIDP/CS-012/2013

Negele Arsi City Administration has allocated/received funds and intends to apply part of the proceeds of these funds towards the cost of consultancy services for Asset study & inventory of city administration. Negele Arsi City Administration now invites suitably qualified bidders to submit sealed expressions of interest for the consultancy of infrastructure asset inventory studies,

The objective of this consultancy service includes Makeinventory of all infrastructure asset category, assessing the condition of each asset of the city administration using simple and acceptable indicators and differentiate assets that need maintenance and which needs rehabilitation, calculating the cost of maintenance, replacement and the likes with use of the updated cost factors and rates, Integrating/linking the physical data with all attributes indicated and develop Geo-database for all infrastructure categories using state of the art and standard GISapplication specifically Linear Referencing; and detailed in the terms of Reference and Request for Proposals to be provided to the shortlisted firms.

It is envisaged that the service will require the services of a registered firm of consultants that have demonstrated ability and experience in similar Services. Only consultants of category3 and above and with valid licenses for the current year issued by the Ministry of Urban Development and Construction are eligible to participate

Schedule: It is expected that the work will start shortly after the signing of the contract, potentially in the next fifteen days after contract signing. In sending their expressions of interest. Eligible firms should provide information indicating that they are registered and qualified to perform the services. (Brochures and resume of the firms, descriptions of similar assignments previously had done Experience in the region and/or other regions or developing countries and availability of skills). Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. Failure to submit registration and license documents with the expression of interest will result in disqualification.

A Consultant will be selected in accordance with the QCBSmethod set out in the Consultant Guidelines. Expressions of interest will be evaluated in accordance with the public procurement Proclamation of the Government of the FederalDemocratic Republic of Ethiopia.

Expression of interest must be delivered to the address below onor before the 10th calendar day beginning from the announcementdate on the Newspaper of Ethiopian Herald.

Interested consultancy firms may obtain further information atthe address below during office hours 8:30 am to 12:30 am &1:30 pm to 5:30 pm from Monday to Thursday and 8:30 am to11:30 am & 1:30 pm to 5:30 pm on Friday.

Tel. 0461160397

0468106669

Negele Arsi, Oromia, Ethiopia

Detail engineering design of Bridge projects

Published on:Ethiopian Herald ( Oct 17, 2020 )Place of Bid Competitions:Hawasa
Remaining Time for Bid Submission (Check it!)

 Notice of Invitation Consultancy Service for the 

Detail Engineering Design of bridge 

Procurement reference number: Sida/Reg/004/2013 

The Government of the Sidama state represented by Sidama Roads Authority, has allocated budget towards the cost of detail engineering design of the following package Bridge projects and intends to apply part of the proceeds to eligible payments for the consultancy services 

1. DETAIL ENGINEERING DESIGN OF BRIDGE PROJECT 

Package One 

 Project NameWeredaDuration
1Toke Hayisa-beera-sowinniHawela60 Calendar Day
2Lelo Shoye Gidamo dela laalle diramoDalle
3Bule-bono Alata -chukochuko
4Woyimma Woyima -Bera-Tadichodalle
5Gidawo Arada-gale-magaraLoka

Package two 

 Project NameWeredaDuration
1Gambeltu Haro-HabalasheAroresa60 Calendar Day
2Adilo Mokonisa-OsoleBansa
3Qongana Shanta-Goliba DamoBansa 
4Jigesa Setamo-safa -mirideDaara
5Ilala shafameTeticha

2. The duration of the consultancy service is specified in the fourth column above. 

3. The request for proposal documents for each package for road design was preparedby our office. Every consulting firm who fulfills the eligibility documents can buy any Package. However, they can submit their proposal One Package which they will prefer 

4. The Sidama Roads Authority now invites bidders to submit sealed bids for providing necessary labor, materials and equipment’s for the consulting of these projects 

5. The above stated duration of consultancy service, is allotted for all projects within a package, thus the winner consultant is expected to finalize all projects within the package on or before allotted duration for each package and the schedule will also submitted by knowing this. 

6, Interested bidders shall submit the following evidences: 

  • I. Certificate of Registration from Ministry of Urban Development, housing and construction or relevant regional Authorities for the consultant Registration with Category Grade-3 and above renewed for this fiscal year and other appropriate documentary evidence demonstrating the bidder’s compliance (Certificate on compliance) which shall include 
  • II. Trading (business) license renewed for this fiscal year 
  • III. It’s tax clearance Certificate which states that the bidder is eligible to purchase in any public tender and valid at least at deadline for submission of the bid 
  • IV. VAT Registration Certificate 
  • V. Tax payer registration certificate 
  • VI. Evidence of registered supplier 

7. Bidding will be conducted through the National Competitive Bidding (NCB) Procedures and is open to all eligible domestic s as specified and defined in the Bidding document 

8. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 2:30 a.m. to 6:30 p.m. and from 7:30 p.m. to 11:30 p.m local time from Monday to Thursday and 2:30 am to 5:30 am and 7:30 p.m. to 11:30 pm on local time Friday. A complete set of bidding document prepared in English language 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 ETB 300.00 (ETB: three hundred only) for package projects effective as of 20 successive calendar days starting from the first notification of this advertisement on the Ethiopian Herald. The final submission and opening date of the proposal will be on the 21″ date of this announcement on the Ethiopian Herald at 5:00 AM & 8:30 PM local time respectively. If the 21st date is not a working day, it will be held on the next working days at same time. The method of payment shall be in cash. 

Address Sidama Roads Authority 

Procurement & Finance Case Team 

Bureau room number 06 

P.O.Box435 Hawassa 

Tel; 2510462128446 

Fax; 2510462128588 

Street address at the back of new bus station near to St. George 

9. Bidders shall submit three envelopes, Qualification Information” in one envelop, “Bid Security” in one envelop, and “Financial Bid” separately in another envelope and should be sealed in an outer envelope. 

10. Evaluation is to be carried out in two stages, Qualification information first and financial Bids of qualified bidders next. 

11. Bids must be delivered to the above address on or before 5:00 am local time of the above said date. All bids must be accompanied by a bid security of 20,000.For Package Bridge design projects for 88 Calendar Day. Late bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/bidder representatives who choose to attend at Sidama road authority Conference Room, on the final date and time of bid opening as stated above. 

12. The Sidama Roads Authority reserves the right accept any or all bids. 

General Manager 

Sidama Roads Authority Main Office 

P.O.BOX 435 Hawassa 

Tel: 251-046-0462127941 Fax; 251-0462128588 

SIDAMA ROADS AUTORITY

Preparation of Manuals, Guidelines,Standard Specifications, Standard Bidding Documents, and Standard Terms of References for AACRA

Published on:Ethiopian Herald ( Oct 15, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission

RE-REQUEST FOR EXPRESSIONS OF

INTEREST (CONSULTING SERVICES FIRMS SELECTION)

  • COUNTRY: Federal Democratic Republic of Ethiopia
  • NAME OF PROJECT: Transport Systems
  • Improvements Project (TRANSIP) PROJECT
  • ID No: P151819
  • CREDIT No: 5816-ET/IDA-56160
  • Assignment Title: Consultancy Services for the Preparation of Manuals, Guidelines,
  • Standard Specifications, Standard Bidding Documents, and Standard Terms of References for AACRA
  • Reference No: ET-AARTB-367-CS-QCBS

The Government of the Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Transport Systems Improvements Project (TRANSIP). The Addis Ababa City Road and Transport Bureau (AACRTB) represented by the Addis Ababa City Roads Authority (AACRA) would like to allocate part of the proceeds towards the cost of Consultancy Services for the Preparation of Manuals, Guidelines, Standard Specifications, Standard Bidding Documents and Standard Terms of References for AACRA.

The main objective of the Services is to assess and identify the gaps with the existing AACRA Manuals-2004, update/upgrade these manuals or prepare them as new ones partially or fully depending on the results of the assessments to be made and the Client’s decision thereof, and prepare other new manuals, guidelines and standard documents as described in the terms of references.

The manuals, guidelines, and standard documents shall be prepared based on the context of the road network condition of the city and the meticulously foreseen future of the overall transport situation of the City. They shall as such cover the various areas of focus within the urban street/road design setting and shall include, but not  limited to:

  • Updating/upgrading the existing series of AACRA Manuals-2004 to suit with a Complete Street Concept
  • Street Design Guideline
  • Intersection Design Manual
  • Road Maintenance and Rehabilitation Manual
  • Standard Technical Specifications for Road/Street Maintenance
  • Geotechnical Investigation Manual
  • Road Safety Manual
  • Quality Assurance Manual
  • Standard Terms of References (ToRs) for different types of services like road/ street design and supervision; bridge design and supervision; geotechnical investigation; road asset management; updating manuals, guidelines, and other standard documents
  • Guideline for Engineering Cost Estimates with the related Risk Analysis
  • Environmental and Social Safeguard  Guideline
  • Occupational Health and Safety Manual
  • Training materials

Generally, the consultancy Services shall be carried out in the following three phases:

  • Phase I: desk study of the existing AACRA Manuals-2004, site visits, gap identification
  • including their shortcomings when used in road/street designs and constructions, and recommendation for new manuals, guidelines, and standard documents
  • Phase II: incorporation of the  recommendations of the first phase and proceeding to the actual task of preparing the required manual, guidelines and standard documents
  • Phase III: delivering various training on how to use each delivered manual, guidelines, and standard documents for  AACRA staff members and stakeholders from the road sector upon completion and approval of the manuals, guidelines and standard documents

The expected time of commencement of these assignments will be April 2020.

The duration of the services is estimated to be 24 Months.

Addis Ababa City Roads Authority (AACRA) now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:

  • Core business and years in business:
  • The consultant shall have core business in Consultancy services in Transport Infrastructure projects and have general experience in any type of consultancy services.
  • Specific Experience in Preparation of Design Manuals, Guidelines, Standard Specifications, Standard Bidding Documents, and Standard Terms of References or other related services. The name of prepared Manuals, Guidelines, Standard Specifications, and Standard Building Documents with the name, address, and country of clients for whom they are prepared shall be listed out.
  • Technical capability and managerial organization of the firm.
  • Interested consultants can obtain the terms of reference for the consultancy service from the address specified below.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of  Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January  2011 (Revised July 2014) “Consultant Guidelines”, setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

The Expression of Interest should clearly specify the type of relationship the consultants may propose to establish.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant Guidelines.

Further information can be obtained at the address below during office hours: from 09:00 AM to 12:30 A.M and from 2:00 P.M to 5:00 PM – Mondays to Thursdays, and 09:00 A.M to 11:30 A.M and 2:00 PM to 5:00 PM on Fridays from Addis Ababa City Roads Authority (AACRA), Engineering Procurement Directorate, Team 2, Ground floor, Room No. 37.

Expression of Interest must be delivered in one (1) original and three (3) hard copies or electronically to the address below in person, or by mail) on or before October  30, 2020.

Addis Ababa City Roads Authority

(AACRA)

Engineering Procurement Directorate

Attn: Eng. Mohammedawel Seid,

Engineering Procurement Directorate, Director

Copied to: Team 2, Engineering

Procurement Directorate

Ground Floor, Room No. 37, AACRA

Building, Pushkin Square

P.O.Box 9206, Tel: +251-1-372-89-48,

Addis Ababa, Ethiopia

E-mail: aacraepd@gmail.com 

Copied to: abelaltaseb1991@gmail.com 

ADDIS ABABA CITY ROADS AUTHORITY

Contract Administration, Supervision and design modification of integrated bus terminals to be constructed at Bule Hora and Waliso towns

Published on:Ethiopian Herald ( Oct 15, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission

INVITATION TO BID

To all consultants of Category three and above with renewed Trade license Valid for Fiscal 2020 G.C.

  1. Oromia Transport authority has secured a budget for Contract Administration, Supervision and design modification of integrated bus terminals to be constructed at Bule Hora and Waliso towns.
  2. The bidder can purchase and participate only in one lot.
  3. The bidder shall submit one envelope wax sealed bidding documents which enclose one big sealed envelope of original technical document and two copies this shall be produced in deferent wax sealed envelope and labeled as “Original”, “Copy 1 & Copy 2” and financial document also enclose one big wax sealed envelope and Original financial document and two copies this shall be produced in deferent wax sealed envelope and labeled as “Original”, “Copy 1 & Copy 2”. The bid security must be kept in the original technical requirement.
  4. A complete set of bidding document in English may be purchased by the interested bidder on submission of written application , vat registration certificate renewed registration certificate, renewed trade registration certificate, renewed trade license tax payer registration certificate and tax clearance from oromia or federal revenue authority to the address given below and up on payment of non-refundable 500 (five hundred) ETB only in cash starting from the first date notice released on newspaper during office  hours Monday to Friday.
  5. The bid shall be submitted on or before 10:00 A.M. 15 calendar days starting from the first date the bid advertised on the newspaper. The bid original technical document will be opened on the same date at 4:30 A.M. in the presence of bidders’ legal representatives who choose to attend. Late bid shall be rejected. All bids must be accompanied by a bid security 120,000.00 (One Hundred twenty Thousand) ETB which will be payable on the first demand to the client security in an acceptable form of CPO or unconditional bank guarantee and it must address the employer.
  6. Interested eligible bidders. may obtain further information from the address given below. Address for further information , bidding document purchase, bid submission and opening will be; Finfinne , Sarbet Oromia sectoral Office building, Oromia Transport Authority, Finance Directorate 5th floor. Office telephone:- +251 011 369 0301 
  7. Oromia Transport Authority (OTA) has due right to accept or reject any /all bid before the bid awarded.

Oromia Transport Authority

Consultancy services for Asset Management System Software Development

Published on:Ethiopian Herald ( Oct 13, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BID

Procurement Reference Number: ORA/NCB/RFP/DP-03/2013

  1. The National Regional State of Oromia has allocated budget towards the cost of consultancy Services for Developing Oromia Roads Authority Road Assets Manage Management System Web Based Software Development and intends to apply part of this budget to be used for the procurement of consultancy services for Asset Management System Software Development. A duration of a service will be 18 Months. An amount of Bid Bond is 100,000.00 ETB.
  2. The Oromiya Roads Authority (ORA), now invites all eligible local Road Consultants of Category-III (Three) and above which provide certificate of competency from Oromiya Construction Authority or Ministry of Federal Construction with valid Trading License renewed for the bidding period, and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include Commercial Registration Certificate, Tax Clearance Certificate valid for bidding period, VAT registration Certificate and Tax payer identification (TIN) certificate, to submit sealed bids for the consultancy services of the aforementioned project.
  3. Interested eligible bidders may obtain further information and inspect the bidding documents from ORA’s Head Office at the address given below at office working hours. A complete set of bidding document prepared in English Language may be purchased by any interested eligible bidders on the submission of a written application to the address below and upon payment of non-refundable fee of ETB 500.00 (Five Hundred Birr Only), effective from the first date of announcement up to deadline.
  4. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document.
  5. The bidder shall submit One Original and Two Photocopies for both Technical proposal and financial offer. Technical proposal will be sealed in such a way that One original and One photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document. Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCPY” respectively, then placed in another outer envelope. Finally the whole documents shall be placed in a single wax sealed envelope whose outer cover containing all necessary information about the firm & Employer including project information.
  6.  Bids must be delivered to the address below on or before November 13, 2020 at 2:00 PM .late bids will be rejected. Technical Proposals will be opened by the procurement and supply work process of the Authority in the presence of bidders’ representatives, at the address below on the same date at 2:30 PM.
  7. Bidders must meet the minimum qualification criteria for their Financial Proposal to be opened. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder.
  8.  Financial Proposal of qualified bidders will be opened, at the same address given below, on the date that is to be declared by the Authority’s Bid Endorsing Committee, after completion of the evaluation of Technical Proposals.
  9. Oromiya Roads Authority reserves the right to reject any bid and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders.

Oromiya Regional Government Sectorial Office Building at Sarbet.

Office of Oromia Roads Authority, 3rd Floor, Procurement Directorate

Email: info@oromiaroadsauthority.org  

 Website: www.oromiaroadsauthority.org  

P.O.B.42937 Finfinne, Ethiopia

OROMIA ROADS AUTHORITY

Transport Systems Improvements Project (TRANSIP)

Published on: Ethiopian Herald ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

REQUEST FOR EXPRESSIONS OF INTEREST CONSULTING SERVICES FIRM SELECTION

  • COUNTRY: Federal Democratic Republic of Ethiopia
  • NAME OF PROJECT: Transport Systems Improvements Project (TRANSIP)
  • PROJECT ID No: P151819
  • CREDIT No: 5816-ET/IDA-56160
  • Assignment Title: Consultancy Services for Transit-Oriented Development (TOD) Project
  • Reference No: ET-AARTB-163884-CS-QCBS 

The Government of the Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Transport Systems Improvements Project (TRANSIP) and intends to apply part of the proceeds towards the cost of Consultancy Services for the Transit-Oriented Development (TOD) Project. 

The Consultancy Service is planned to create a higher density, more compact, mixed-use walkable development within easy walking distance of mass transit, such as the BRT and LRT stations that will maximize transit ridership potential, which, in turn, will create a revenue return from transit investments in Addis Ababa, Ethiopia. When combined with other land use and transportation strategies that support more compact, walkable development patterns TODs can help change travel behaviors by making the walking trip or the transit trip as desirable as an auto trip to reach a destination. 

The objective of this consultancy service is; 

  • To develop TOD design (detailed urban design), guideline, Implementation strategy, and policy for the selected as a pilot project that can be used as a case study for other locations, to be implemented within a period of 5 years. 
  • To create 7 days and 24 hours of vibrant city centers through integrating, Economic and social activity 
  • To provide long-term visions and goals for desirable TOD development in the city.
  • To identify the potential and opportunities in the design and Implementation of TOD in Addis Ababa
  • To prepare the most appropriate, sustainable, and cost-effective implementation strategy. 
  • To prepare contextualized Implementation guidelines. The duration of the services is estimated to be 18 Months. The expected time of commencement of these assignments will be April 2021. Interested consultants can obtain the terms of reference of the consultancy service from the address specified below.
  • Addis Ababa City Roads Authority (AACRA) now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: Core business and years in business: The consultant shall have core business in Consultancy services in Transport Infrastructure projects and have general experience in any type of consultancy services. Specific Experience requires a consultancy firm with experience in Transport Oriented Development studies in Urban Context. 

Technical capability and managerial organization of the firm. The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January 2011 (Revised July 2014) “Consultant Guidelines”, setting forth the World Bank’s policy on conflict of interest. 

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The Expression of Interest should clearly specify the type of relationship the consultants may propose to establish. 

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant Guidelines. Further information can be obtained at the address below during office hours: from 09:00 A.M to 12:30 A.M and from 2:00 PM to 5:00 PM – Mondays to Thursdays, and 09:00 A.M to 11:30 A.M and 2:00 P.M to 5:00 P.M on Fridays from Addis Ababa City Roads Authority (AACRA), Engineering Procurement Directorate, Team 2, Ground floor, Room No.  

Expression of Interest must be delivered in one (1) original and three (3) hard copies or electronically to the address below (in person, or by mail) on or before 20th October 2020. 

Addis Ababa City Roads Authority (AACRA) Engineering Procurement Directorate Attn: Eng. Mohammedawel Seid, Engineering Procurement Directorate, Director Copied to: Team 2, Engineering Procurement Directorate Ground Floor, Room No. 37, AACRA Building, Pushkin Square P.O.Box 9206, Tel: +2511372-89-48, Addis Ababa, Ethiopia E-mail : aacraepd@gmail.com Copied to: abelaltaseb1991@gmail.com 

ADDIS ABABA CITY ROADS AUTHORITY 

ሎት8 የመንገድ ዲዛይን አገልግሎት፣

Published on:Addis Zemen ( መስከረም 26፣ 2013 ) /Place of Bid Competitions:ሰሜን ወሎ

Remaining Time for Bid Submission

ግልጽ የጨረታ ማስታወቂያ 

የጨረታ ቁጥር 001/2013 

በአብክመ በሰሜን ወሎ አስተዳደር ዞን የአንጎት ወረዳ ገ/ኢ/ት/ጽ/ቤት ለ2013 በጀት ዓመት በወረዳው ውስጥ ለሚገኙ ሴ/መ/ቤቶች በመደበኛ በጀት 

  • ሎት1 የጽሕፈት መሣሪያ፣
  • ሎት2 የስፖርት ትጥቅ፣
  • ሎት3 ኤሌክትሮኒክስ፣
  • ሎት4 ደንብ ልብስ ጫማ፣
  • ሎት5 የመኪና ዕቃ፣
  • ሎት6 መኪና ጎማ፣
  • ሎት7 ብትን ጨርቅና የተዘጋጁ ልብሶች፣
  • ሎት8 የመንገድ ዲዛይን አገልግሎት፣ 
  • ሎት9 የውሃ ዕቃ፣
  • ሎት10 የግንባታ ማቴሪያል፣
  • ሎት11 ደን ዘር፣
  • ሎት12 አሸዋና ጠጠር፣
  • ሎት13 ቋሚ አላቂ የቢሮ ዕቃ፣
  • ሎት14 የጽዳት ዕቃ፣
  • ሎት15 የግብርና መገልገያ መሣሪያ፣
  • ሎት16 ፈርኒቸር የሚሰሩ በግልጽ ጨረታ አወዳድሮ መግዛትና ማሰራት ይፈልጋል፡፡ 

ስለሆነም፡-

  1. በዘመኑ የታደሰ ሕጋዊ የንግድ ፍቃድ ያላቸው፣ የግብር ከፋይ መለያ ቁጥር (TIN) ያላቸው 
  2. የግዥ መጠን ከ200,000 (ከሁለት መቶ ሺህ ብር) በላይ ከሆነ የተጨማሪ እሴት ታክስ ቫት የተካክየገቡና መረጃ ማቅረብ የሚችሉ፣ 
  3. የሚገዙ ዕቃዎችን ዓይነትና ዝርዝር እስፔስፍኬሽን ከጨረታ ሰነዱ ላይ ማግኘት ይችላሉ፡፡ 
  4. ጨረታው በሎት ስለሆነ ነጣጥሎ ወይም ከፋፍሎ የኮሙሳት ከውድድር ውጪ ያደርጋል፡፡ 
  5. ተጫራቾች የጨረታ ሰነዱን ሰመግዛት ለእያንዳንዱ የጨረታ ሰነድ የማይመለስ የኢትዮጵያ ብር 50 (ሃምሳ ብር) በመከፈል አንጎት ወረዳ ገ/ኢ/ት/ጽ/ቤት የግ/ን/ አስቡድን ቢሮ ቁጥር 3 ይህ የጨረታ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ዘወትር በሥራ ሰዓት መግዛት ይቻላል፡፡ 
  6. ማንኛውንም ተጫራች የጨረታ ማስከበሪያ የሚወዳደሩበትን ዕቃ ከምሉት ጠቅላላ ዋጋ ቫትን ጨምሮ 2% በባንክ በተረጋገጠ ትእዛዝ፣ ሲፒኦ ወይም በሁኔታ ሳይ ያልተመሰረተ የባንክ ዋስትና ቢድ ቦንድ ወይም በጥሬ ገንዘብ በደረሰኝ በመቁረጥ ፖስታው ውስጥ አሽጎእያይዞ/ ማቅረብ ይኖርበታል። 
  7. ማንኛውም ተጫራች ጨረታ የሞላበትን ሰነድ በጥንቃቄ በታሸገ ፖስታ አንዱን ዋና፣ አንዱን ኮፒ (ቅጅ) በማለት አ/ወ/ገ/ኢ/ት/ጽ/ቤት ቢሮ ቁጥር 3 ለዚሁ ተብሎ በተዘጋጀ የጨረታ ሳጥን ዘወትር በሥ ሰዓት ይህ የጨረታ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ማስገባት ይችላሉ። 
  8. ጨረታው ተጫራቾች ህጋዊ ወኪሎቻቸው በተገኙበት በአ/ወ/ገ/ኢት/ጽ/ቤት ቢሮ ቁጥር 3 ማስታወቂያው በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ከሎት1-8 በ16ኛው ቀን ከሎት9-16 በ22ኛው ቀን 4፡00 ሰዓት ታሽጎ 4፡30 ሰዓት ላይ ይከፈታል፡፡ 
  9. አሸናፊ ተጫራቾ ውጤቱ በማስታወቂያ ከተገለጸበት ቀን ጀምሮ ከ5 የሥራ ቀናት በኋላ ባሉት 5 ተከታታይ ቀናት ውስጥ ያሸነፉበትን ጠቅላላ ዋጋ 10% በማስያዝና ዕቃዎችን ለማቅረብ አን/ወ/ሴ/መ/ቤቶች ባሉት የፑል ንብረት ክፍሎች ለማስረከብ ውለታ መውሰድ ይኖርባቸዋል፡፡ 
  10. የጨረታ መክፈቻ የመጨረሻ ቀን ዝግ ከሆነ ወደ ሚቀጥለው የሥራ ቀን ይሸጋገራል፡፡ 
  11. ስሌጨረታው ዝርዝር ሁኔታ መረጃ ካስፈለገ እተወያገ/ኢ/ት/ጽ/ቤት የግዥ ንብ/አስ/ቡድን በነካል በመገኘት ወይም በስልክ ቁጥር፡- ዐ33 8319062 በመደወል መጠየቅ ይችላሉ። 
  • መ/ቤቱ የተሻለ መንገድ ካገኘ ጨረታውን ሙሉ በሙሉም ሆነ በከፊል የመሰረዝ መብት አለው። 

በአብክመ ሰ/ወሎ ዞን የአንጎት ወረዳ 

ገ/ኢ/ት/ጽ/ቤት 

የግዥና ንብ/አስተዳደር ቡድን 

Preparation of a Safe Road Strategy

Published on:Ethiopian Herald ( Oct 3, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INTERNATIONAL COMPETITIVE BIDDING (CONSULTANCY SERVICES – FIRMS SELECTION) FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA ETHIOPIAN ROADS AUTHORITY (ERA) SPECIFIC PROCUREMENT NOTICE REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICES for 

Preparation of a Safe Road Strategy 

  • Country: Federal Democratic Republic of Ethiopia
  • Name of Project: Road Sector Support Project (RSSP)
  • Loan/Credit No.: 5371-ET
  • Reference No.: S/42/ICB/RP/IDA/2012 EFY 

The Government of the Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Road Sector Support Project (RSSP) initiative and intends to apply part of the proceeds for Consultancy Services for the Preparation of a Safe Road Strategy. 

The consulting services (“the Services”) include rendering the service with due diligence and efficiency for the development of a safe road strategy to assist ERA towards ensuring a sustainable, safe and effective provision of the road network to the road users and to support the national economic development by implementing a systematic approach of maintaining, upgrading and operating road assets by combining engineering principles with sound economic rationale. The Consultant shall perform all duties associated with such tasks to ensure that only the best practice is followed and that the final product is in all aspects equal to that specified, at the most financial costs, and is executed in full compliance with the terms of reference. 

The consultant is expected: 

  1.  Development of a safe road Strategy
  2. . Preparation of Manuals
  3. Auditor Education and performing road safety audits 
  4. Training and Workshop The entire assignment is expected to be completed within a period of 12 (Twelve) months after contract signing. 

The Ethiopian Roads Authority now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The following criteria will be used to assess the Expression of Interest documents; 

• Eligibility, Company Establishment [Technical and Managerial Organization of the firm regarding its Areas of Expertise, Core Business and Year in the Business Number and diversity of permanent personnel related to the service, Road Asset Management Specialist (Team Leader), Road Safety Engineer, Road Safety Audit Engineer, Transport Planner Expert, etc. Turnover from Consultancy Services in the Last Five years, General Experience: International experiences in planning, designing, constructing, administrating/managing transportation (traffic) and/or highway projects in the last ten years, 

Specific Experience: Experience of completed service projects on road safety audit, preparation of safety manuals and guidelines, safe roads management including Institutional Capacity Building of road authorities and management of road networks, other related service projects on safe road strategy, etc., in the last ten year’s. Familiarity, Knowledge and Experience in the region (in Ethiopia and other Sub Sahara Countries) is an advantage, but not mandatory. The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, (January 2011, Revised July 2014) (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest. 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. Consultants are advised to specifically indicate the type of association in their application. A Consultant will be selected in accordance with the Quality and Cost Based selection method set out in the Consultant Guidelines. Further information can be obtained at the address below during office hours from 8:30 a.m. to 12:30 p.m. and 1:30 p.m. to 5:30 p.m. from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. on Friday. 

Expressions of interest must be delivered in three (3) hard copies or electronically to the address below (in person, or by mail) by 4:30 PM on or before October 20, 2020. 

Attn: Mr. Zekarias G/Giorgis Engineering Procurement Directorate, Director New Building Block – A, 1st Floor P. O. Box 1770 Ras Abebe Aregay Street Tel.: +251 11 515 0419 Fax: +251 11 554 4434 E-mail: eraengproceoi@gmail.comAddis Ababa, Ethiopia 

Ethiopian Roads Authority 

Transport Systems Improvements Project (TRANSIP)

Published on: Ethiopian Herald ( Oct 6, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

COUNTRY: Federal Democratic Republic of Ethiopia

NAME OF PROJECT: Transport Systems Improvements Project (TRANSIP)

PROJECT ID No: P151819

CREDIT No: 5816-ET/IDA-56160

Assignment Title: Consultancy Services for Transit-Oriented Development (TOD) Project

Reference No: ET-AARTB-163884-CS-QCBS

The Government of Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Transport Systems Improvements Project (TRANSIP) and intends to apply part of the proceeds towards the cost of Consultancy Services for Transit-Oriented Development (TOD) Project.

The Consultancy Service is planned to create a higher density, more compact, mixed-use walkable development within easy walking distance of mass transit, such as the BRT and LRT stations that will maximize transit ridership potential, which, in turn, will create a revenue return from transit investments in Addis Ababa, Ethiopia. When combined with other land use and transportation strategies that support more compact,walkable development patterns TODs can help change travel behaviors

by making the walking trip or the transit trip as desirable as an auto trip to reach a destination.

The objective of this consultancy service is;

  • To develop TOD design (detailed urban design), guideline, Implementation strategy, and policy for the selected as a pilot project that can be used as a case study for other locations, to be implemented within a period of 5 years.
  • To create 7 days and 24 hours of vibrant city centers through integrating, Economic and social activity
  • To provide long-term visions and goals for desirable TOD development in the city.
  • To identify the potential and opportunities in the design and Implementation of TOD in Addis Ababa
  • To prepare the most appropriate, sustainable, and cost-effective implementation strategy.
  • To prepare contextualized Implementation guidelines.

The duration of the services is estimated to be 18 Months. The expected time of commencement of these assignments will be April 2021. Interested consultants can obtain the terms of reference of the consultancy service from the address specified below. Addis Ababa City Roads Authority (AACRA) now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The short listing criteria are:

  • Core business and years in business: The consultant shall have core business in Consultancy services in Transport Infrastructure projects and have general experience in any type of consultancy services.
  • Specific Experience requires a consultancy firm with an experience on Transport Oriented Development studies in Urban Context.
  • Technical capability and managerial organization of the firm.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January 2011 (Revised July 2014) “Consultant Guidelines”, setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The Expression of Interest should clearly specify the type of relationship the consultants may propose to establish.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant Guidelines.

Further information can be obtained at the address below during office hours: from 09:00 A.M to 12:30 A.M and from 2:00 P.M to 5:00 P.M Mondays to Thursdays, and 09:00 A.M to 11:30 A.M and 2:00 P.M to 5:00 P.M on Fridays from Addis Ababa City Roads Authority(AACRA),

Engineering Procurement Directorate, Team 2, Ground floor, Room No. 37.

Expression of Interest must be delivered in one (1) original and three (3) hard copies or electronically to the address below (in person, or by mail) on or before 20th October 2020. Addis Ababa City Roads Authority (AACRA) Engineering Procurement Directorate Attn: Eng. Mohammedawel Seid, Engineering Procurement Directorate, Director Copied to: Team 2, Engineering Procurement Directorate Ground Floor, Room No. 37, AACRA Building, Pushkin Square P.O.Box 9206,

Tel: +2511372-89-48, Addis Ababa, Ethiopia

E-mail : aacraepd@gmail.com  Copied to: abelaltaseb1991@gmail.com

ADDIS ABABA CITY ROADS AUTHORITY

On job Training on Bridge design theory and Bridge Structural design software (leap on STAAD.PRO or any latest version)” and Automated Auto CAD application…

Published on: Ethiopian Herald ( Oct 1, 2020 ) /Place of Bid Competitions:Bahir dar 

Remaining Time for Bid Submission

Invitation for Bid 

Procurement Ref. No. Training… 

NCB/ARRCA/2020 

1 The Amhara Rural Roads Construction Agency invites all eligible bidders to submit sealed bids for the service On job Training: – 

  • Lot 1. Catchment area delineation fluid volume determination and Hydraulic size determination using different software stated on the TOR 
  • Lot 2:- on Bridge design theory and Bridge Structural design software (leap on STAAD.PRO or any latest version)” and Automated Auto CAD application, 

2. interested bidders shall submit the following evidences 

  • a. Certificate of Registration from respective Authorities in Software training or consultants registered with Category-3 and above in General consultancy or Road and Bridge consultancy license renewed at least for 2012 EC. 
  • b. Trade License renewed for 2012 EFY: 
  • C it Tax Clearance Certificate which states that the bidder is eligible to participate in any public tender and valid at least at the deadline for submission of the bids, and 
  • d TIN number & VAT Registration Certificate
  • e. Eligible Bidders should submit copies of all the necessary documents mentioned above ( from 2 a to 2.d) with their bid proposal 

3. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible bidders as specified and defined in the Bidding Document 

4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below on working days. A complete set of bidding document prepared in English language 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 Birr 150:00. 

5. Bidders shall submit two envelopes “qualification information and bid security” in envelop and “financial bid” separately in another envelop and should be sealed in an outer envelope 

6. Evaluation is to be carried out in two stages, Technical qualification first and financial bids for qualified bidders next, 

7. Bids must be delivered to tie address below on or before October 16, 2020 at 2:00 PM and will be opened on the date specified above @2:30PM. The bid must be accompanied by a bid security of ETB 15,000.00 (ETB Fifteen Thousand only) bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/ bidders! representatives who choose to attend at the address below, on the final date and time of bid submission as stated above 

8. The Amhara Rural Roads Construction Agency reserves the right to accept or reject any ox all bids. 

Amhara Rural Roads Construction Agency 

To Construction and Logistic Supply and 

Administration Sub Process 

Room Number: 03 

Tel: – +251-58-222-11-07 

Fax:- +251-58-220-11-00 

P.O.Box: 382 

Bahir dar 

Supervision of Heavy Road Maintenance Projects

Published on: Ethiopian Herald ( Sep 29, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

ETHIOPIAN ROADS AUTHORITY

(CONSULTANCY SERVICES. FIRMS SELECTION)

REQUEST FOR EXPRESSIONS OF INTEREST

For

the Consultancy device for Supervision of Heavy Road Maintenance Projects

(National Competitive Bidding) (Re- Advertisement)

The federal Democratic public of Ethiopia reported by the Ethiopian Roads Authority (ERA) has allocated funds and tend to apply part of the proceeds of this find towards the cost of Consultancy Services for the following projects:  

I.NoName of the projectLength (KM)Pavement Type
1Consultancy Services for Supervision of Gonder – Mumera Heavy Road Maintenance project274Ac
2Consultancy Services bur Supervision of Gonder- Bahir Dar Heavy Road Maintenance Project160Ac
3Consultancy Services for Supervision of D/Markos Bahir Dar Heavy Road Maintenance Project261Ac
4Consultancy Services for Supervision of Mekenajo – Assosa Heavy Road Maintenance Project228DBST
5Consultancy Services for Supervision of Bure – Gambella – Itang -Jikawo (Bonga-Cambella -Itang – Jikawo) Heavy Road Maintenance Project154AC
6Consultancy Services for Supervision of Wereta – Flakit Heavy Road Maintenance Project.159AC
7Consultancy Services for Supervision of Dodola-Sebsebewasha – Robe Goba Heavy Road Maintenance Project133AC
8Consultancy Services for Supervision of Metu – Gore – Bure  (Metu Gord Bonga) Heavy Road Maintenance Project141AC
9Consultancy Services for Supervision of Keyafer – Turmi Heavy Road Maintenance Project.86Gravel
10Consultancy Services for Supervision of Yabello – Melagefersa Heavy Road Maintenance Project.75Gravel
11Consultancy Services for Supervision of Adama – Awash (0-60km) Heavy Road Maintenance Project. 60AC
12Consultancy Services for Supervision of Aposto – Hagereselam Heavy Road Maintenance Project.50AC
13Consultancy Services for Supervision of two Heavy Road Maintenance Project under Alemgona RNSMD (Ejere – Arambute – Shenkora Yohanness and Mazoria – Bojober).48Gravel
  • The list of projects indicated above is the order of priority to be considered by the Client during Shortlisting
  • The Ethiopian Roads Authority now invites suitably qualified consulting firms to submit sealed expression of interest letter for the above Services.
  • Expressions of interest will be evaluated in accordance with the Public Procurement and Property Administration Proclamation of the Government of the Federal Democratic Republic of Ethiopia.
  • Participation is open to all eligible consulting firms.
  • Please note that the applicants’ capacity will be clicked from the company profile submitted by consultant
  • Therefore, applicants are only required to submit a letter expressing their interest.
  • Please also note that, ERA currently is not receiving any kind of Hard Copy Documents/
  • Letters due to COVID 19 PANDEMIC. Hence, applicants shall send the original scanned copy of their corresponding signed application letters electronically through email address dedicated for this purpose: eraengproceoil@gmail.com
  • As the Client is to carryout the Shortlist in the Order of Priority Noted Above,
  • Applicants are strictly advised to the following notes:
  • A Consultant having a higher Company Profile Ranking/ Score and applying only on project(s) given a less priority is likely to be shortlisted among those Consultants having a lower rank in their Company Profile Score;
  • A Consultant having a lower Company Profile Ranking /Score and applying only on project(s) given a high priority may not be shortlisted;
  • The Outcome of the Shortlist, including the Number of Shortlist on the subject EOI, will be considered for Any Future Association Requests to be submitted during Tender Floating Period
  • Applicants wishing to participate in association shall indicate the form of association specifically as sub-consultancy or joint venture. However, the number of shortlists for a given Consultant in the Capacity of a Joint Venture or Sole Consultant will not increase regardless of submitting an EOIs in association
  • with several Consultancy Firms.
  • Performance record of firms will be assessed and considered for the short listing on the projects.
  • Firms required having Grade I Category Relevant Professional Practice Certificates renewed for at least 2012 EC from authorized bodies except for Construction
  • Management Consultants which is Grade II Category Relevant Professional Practice Certificates renewed for at least 2012EC.
  • Applicants shall specifically indicate the project they are interested to participate.
  • Expressions of Interest letter must be delivered to the address below on or before October 08. 2020 at 5.30 p.m Late submissions may be rejected.

Atto: Mr.Zekarias G/Giorgis

Engineering Procurement Directorate, Director

1st  Floor, New Building Block-B

PO Box 1770

Ras Abche Aregay Street

Tel. +251 11 515 0419

Fax +251 11 554 4434

E-mail eth.exp.sup@gmail.com

Addis Ababa, Ethiopia

Ethiopian Roads Authority

Detail Geo technical investigation of two (2) Bridge projects

Published on: Ethiopian Herald ( Sep 29, 2020 ) /Place of Bid Competitions:Addis Ababa,

Remaining Time for Bid Submission

wpcdt-countdown id=”3581″]

INVITATION TO BID FOR DETAIL GEOTECHNICAL INVESTIGATION 

Prominent engineering solutions PLC would like to invite interested and eligible Engineering Consultants for Detail Geotechnical investigation of two (2) Bridge projects in Oromia Regional State West Showa Zone upon fulfilling the following terms. Holuko River Bridge located along Holeta – Ginchi Road segment and Awash River Bridge located along Ginchi – Ambo road segment. 

  1. Interested bidders shall have at least a minimum of ten (10) geotechnical investigations done within the last five (5) years with two bridges more than 20m span. 
  2. Interested bidders shall submit the following documents i. Trade license and Registration Certificates renewed for the bidding period, VAT and TIN registration ii. Tax clearance certificate issued from the tax Authority which allows the bidders to participate in any public tenders at the date of dead line for bid submission. iii. Evidence of being registered at Ethiopian public procurement and property Administration Agency (PPPAA) supplier list. 
  3. Bidding will be conducted through the national competitive bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document. 
  4. Bidding document may be obtained by interested bidders from address below as of Tuesday Spetember 29, 2020 on the submission of a written application to the addressbelow and upon payment of non-refundable fee of ETB 100.00 (One Hundred), effective from the first date of announcement until October 03, 2020. 
  5. The bidder shall submit one original and one photocopy for both technical proposal and financial offer. Technical proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope, then placed in another outer envelope along with bid security clearly marked “TECHNICAL PROPOSAL”. The financial proposal will be sealed in the same procedure as technical proposal. Finally, the whole document shall be placed in a single Wax-sealed envelope whose outer cover contains all the necessary information. 
  6. Bid must be delivered on or before October 07, 2020 dead line time 2:00 PM. Late bids will be rejected. Technical proposat will be opened in the presence of bidders representatives who chose to attend, at the address below on the same date at 2:30 PM. 
  7.  Bidders must meet the minimum qualification criteria for their financial proposal to be opened. Unqualified bidders’ financial proposal will be returned unopened to the bidder. 
  8. Financial proposal of qualified bidders will be opened, at the same address given below, on the date specified by our firm. 
  9. Prominent Engineering Solution PLC. Reserves the right to reject any or all bids without assigning any reason thereof. 

Prominent Engineering Solution PLC., In front of Adey Ababa Stadium 

Addis Ababa, Bole Sub City, Woreda 3, Mob. +251977079511/0118932507 

Oromia Rural & Urban Road Maintenance Supervisory Works

Published on:Ethiopian Herald ( Sep 23, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BID 

Procurement Reference Number: ORA/NCB/RFP/Mp01/2013 

  1.  The office of the Road fund administration of FDRE has Allocated Budget towards the cost of maintenance of Oromia region Urban and Rural Road Agencies and intends to apply a portion of this budget to eligible payments under this contract for the supervision of road maintenance works.
  2. The Oromia Roads Authority (ORA), on behalf of the office of the Road fund administration now invites all Local General consultants or Road Consultants of Category III and above to identify potential consultants that shall undertake a contract for the Consultancy Services of roads maintenance (Periodic, Routine maintenance and Road upgrading of selected road segments) also roads maintenance in Oromia towns which are carried out by the respective road agencies. 
Ser NoName of Project  LocationZone Project Length (KM) Bid Bond Amount Duration 

of the 

Service 
1Oromia Rural &Urban Road Maintenance Supervisory Works Twenty Zones and 

Fifteen Urban 

Towns in the 

Region 
6,336.75 +Urban  50,000.00One Year 

3. Bidders, who can provide Renewed & Relevant valid business license, and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include Trading Licenses and Registration Certificates, renewed for the bidding period, and Tax Clearance Certificate, which states that the bidder can participate in any public tender & valid at bidding period, VAT Registration Certificate and Taxpayer identification(TIN) certificate from the concerned Authority can participate for the BID. 

4. Interested eligible bidders may obtain further information and inspect the bidding documents from ORA’s Head Office at the address given below at office hours. A complete set of bidding documents, prepared in the English Language, may be purchased by any interested eligible bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 300.00 (Three Hundred Birr) only effective from the first date of announcement up to 30 days 

5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document 

6. The bidder shall submit One Original and two photocopies for both the Technical proposal and financial offer. The technical proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY respectively, then placed in another outer envelope. Finally, the whole documents shall be placed in a single wax-sealed envelope whose outer cover containing all necessary information about the firm & Employer including project information 

7. Bids must be delivered to the address below on or before October 23, 2020 at 2:00 pm. Late bids will be rejected. Technical Proposals will be opened by the procurement and supply Directorate of the Authority in the presence of bidders’ representatives who choose to attend, at the address below on the same date at 2:30 pm. 

8. Bidders must meet the minimum qualification criteria for their Financial Proposal to be opened. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder. 

9. Financial Proposal of qualified bidders will be opened, at the same address given below, on the date that is to be declared by the Authority’s Bid Endorsing Committee, after completion of the evaluation of Technical Proposals. 

10. Oromia Roads Authority reserves the right to reject any bid and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders. 

Oromiya Regional Government Sectorial Office Building around Sarbet. Oromia Roads Authority, 

5th floor, Procurement and Supply Directorate P.O.B. 42937, Tel. 011-3718052 Fax +251-113-718092 

Finfinne, Ethiopia Oromia Roads Authority 

You cannot copy content of this page