Published on: Ethiopian Herald ( Jul 23, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Specific Procurement Notice
Federal Democratic Republic of Ethiopia, Ethiopian Maritime Affairs Authority Ethiopia Trade Logistics Project Loan No.: ET-59950 Project ID P156590
Contract Title: Construction of Modjo Dry Port Expansion and Upgrading of Hub Facilities
Reference No.: ET-EMAA-4946-CW-RFB
The Federal Democratic Republic of Ethiopia, Ethiopian Maritime Affairs Authority has received financing from the World Bank toward the cost of the Ethiopia Trade Logistics Project and intends to apply part of the proceeds toward payments under the contract for Construction of Modjo Dry Port Expansion and Upgrading of Hub Facilities
The Ethiopian Maritime Affairs Authority now invites sealed bids from eligible bidders for Construction of Modjo Dry Port Expansion and Upgrading of Hub Facilities. The Works mainly include construction of buildings, warehouses, concrete works, road and installation of power cables, water supply lines sewerage systems, etc. A 7.5% of margin of preference will be applied and Bidding Documents require bidders to have specific experience which includes the following:
Construction cash flow requirements estimated as USD $ 13 Million;
Minimum average annual construction turnover of US$ 88 Million over the past 5 years,
Specific Construction & Contract Management Experience of Two (2) contracts, each of minimum value US$ 70 Million, or One (1) contract, with minimum value US$ 140 Million during the last 7 years;
Experience in key construction activities of:
Item No.
Item Description
Unit
Quantity
1
Earthworks (Cut andBorrow to Fill and Cut to Spoil
M3/yr
900,000
2
Crushed Aggregate Production
M3/yr
150.000
3
Construction of RigidPavement
M3/yr
150,000
4
Construction of Buildings and Warehouses
M3/yr
17.000
Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers , January 2011 Revised July 2014 (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
Interested eligible bidders may obtain further information from the address given below and inspect the bidding documents during office hours from 8:30 am to 12:30 pm and 1:30 pm to 5:30 pm from Monday to Thursday , and on Friday from 8:30 am to 11:30 am and 1:30 pm to 5:30 pm local time.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of USD 50 or the equivalent amount in a freely convertible currency. The method of payment will be Cash or cashier’s cheque payable to the Ethiopian Maritime Affairs Authority
Ethiopia Trade logistics project or direct deposit to Ethiopian National Bank A/C No 0100721040019-ETB or 0100721300009-USD
Bids must be delivered to the address below on or before 15 September, 2020 2:30 pm. Submission of bids by email will be permitted as per details provided in the bidding document. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 15 September 2020 2:30 pm.
All bids must be accompanied by a Bid-Securing Declaration.
The address referred to above is: Ethiopian Maritime Affairs Authority (EMAA), Trade Logistics Project Implementation Office Attn: Asrat Beyene, Procurement Specialist
Address: Kirkos Sub city, 150 meters from St Stephen Church towards Bambis Super Market, Opposite to NOC Fuel Station, Ziquala Building, 4th Floor, ETLP/PIU Meeting Hall P.O.Box: 1861, Addis Ababa, Ethiopia Tel.: +251 11 5570822 and +251115570827 Fax: +251 11 5503960 Email: asratbyn@yahoo.com, cc: etlp.emaa@gmail.com
Published on:Ethiopian Herald ( Sep 5, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION BIDS (Specific Procurement Notice)
contry: Federal :Democratlc Republic of Ethiopia
Name of the Project: Seeond Urban Water Supply and Sanitation Project •
Credit No; 60070
Contract Title: Procurement for the Construction of 176 Public/Communal/Schooll Health Toilets in different Sub cities and Water Catchment Areas of Addis Ababa
Reference No: ET-AAWSA-lS0353-CW-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Second Urban Water Supply and Sanitation and intends to apply part of the proceeds toward payments under the contract Procurement for the Construction of l76 Public and communal Latrines in different locations of Addis Ababa and the surrounding water supply catchment areas of the city.
The Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division (AAWSA-WSIDD) now invites sealed bids from eligible bidders Procurement for the Construction of 176 Public and Communal Latrines in different locations of Addis Ababa and the surrounding water supply catchments of the city. The Identification umber of Lot and Detail Description of Work for each lot are described in Table below:
Cont.No
Lots
Description of Works
ET-AAWSA- 150353- CW-RFB
Lot I
Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Addis ketema, Kerkos , Arada and Gulalle Sub cities of Addis Ababa.
Lot II
Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Addis ketema, Kerkos , Arada , Yeka,. ~ Kolfe Keranyo Sub cities of Addis Ababa.
Lot III
Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Arada, Kerkos , Yeka,. Sub cities of Addis Ababa.
Lot IV
Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Arada, Kerkos , Lideta,. Sub cities of Addis Ababa
Lot V
Procurement of 3 communal, 3 public health 3 institutions Latrines in Addis Ketema, Kerkos , Yeka Sub cities of Addis Ababa
Lot VI
Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Bole,Arada , Yeka,Nifasilk Sub cities of Addis Ababa
Lot VII
Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada , Yeka,Gulele Sub cities of Addis Ababa
Lot VIll
Procurement of 3 communal, 2 public school and 6 public health institutions Latrines in Arada, Yeka,Akaki Kality,Kolfe Keranyo Sub cities of Addis Ababa
LotlX
Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada , Gulele,Akaki Kality.Nifas-Silk Sub cities of Addis Ababa
Lot X
Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada ,GuIele. Bole,Kolfe-Keranyo,n ifas- Silk Sub cities of Addis Ababa
Lot XI
Procurement of 3 communal, 4 public school and 4 public school institutions Latrines in Arada ,GuIele. Akaki Kality.kirkos kolfe keranyo Sub cities of Addis Ababa
Lot XII
Procurement of2 communal, 2 public school and 7 public health institutions Latrines in Arada , Kirkos,Lideta,Nifas-Silk,Kirkos Sub cities of Addis Ababa and Legedadi water catchment area
Lot XIII
Procurement of 7 Public area, 4 public school Latrines in Legedadi Tafo,Sundafa,Chancho, water catchment areas of Addis Ababa
Lot XIV
Procurement of 6 Public area, 3 public school and 2 public institution Latrines in Akaki and Gelan water catchment areas of Addis Ababa
Lot XV
Procurement of 7 Public area, 4 public school Latrines in Sebeta,Burayu and Dukem, water catchment areas of Addis Ababa
Lot XVI
Procurement of 6 Public area, 2 public school and 3 public health institution Latrines in Berek and Sululta water catchment areas of Addis Ababa
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): (i) Must have successfully completed at least one (1) contract having a value of ETB 11,000,000 (Eleven Million Birr) Per Each lot, with a similar size, nature and complexity during the last 3 (Three Years) supported with the names of the clients, types and value of the contract, (ii) The bidder shall demonstrate that it has access to, or has available liquid assets, unencumbered real assets, lines of credit and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirement of ETB 2,750,000 (ETB Two Million Seven Hundred Fifty Birr) Per each lot, (iii) The audited Financial Statement or, other financial statement acceptable to the Employer for the last three Years shall be submitted and must demonstrate the current soundness of the bidder’s financial position and indicate its prospective long term profitability, and (iv) Minimum Average Annual Turnover of ETB 20,625,060 (USD Twenty Million Six Hundred Twenty Five Thousand» Per each lot calculated as average of total certified payments received for contracts in Progress and/or completed within the last three years. Margin of preference shall not be applied for the bidders. .
Bidding will be conducted throughtheN ational Competitive Biddingprocedures as specified in the World Bank’s Guidelines.Procurement of Goods, Works and Non-Consulting Services Under IBRD Loans and IDA Credits & Grants by World Bank Borrowers ,January 2011,Revised July 2014 (‘(procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict ofinterest.
Interested eligible bidders may obtain further information from Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Division,Procurement Department, and inspect the bidding documents from 8:30 am -12:30 pm in the morning and 1:30 pm to 5:30 pm in the afternoon at the address given below .
A complete set of bidding documents in English Language may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of ETB 500.00 (Five Hundred Ethiopian Birr). The method of payment will be direct cash payment to counter cashier at the Water and Sanitation Infrastructure Division office.
Bids must be delivered to the address below on or before 06 October 2020, 2:00 PM. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 06 October 2020 at 2:30 PM All bids must be accompanied by Security of ETB 30,000 (Thirty Thousand Birr) /Per Lot in the form of CPO or Bank Guarantee that is Valid for at least 148 days.
The address referred to above is:
AAWSA, Water and Sanitation Infrastructures Development Division
Attention: Mrs. MestawotAbebe, Head of Procurement Department
Published on: Addis Zemen ( Sep 4, 2020 ) /Place of Bid Competitions:BEDELLE OROMIA
Remaining Time for Bid Submission
NOTICE OF INVITATION FOR BID
Procurement Reference Number: BBZFCU/NCB/001/2012
The Buno Bedelle Farmers cooperative union has allocated budget towards the cost of G+5 building office Project and intends to apply part of this budget to payments for the construction works of aforementioned project. The project name is G+5 building office Building, its location is Buno Bedele Zone Bedelle town and the total period of construction including the required mobilization time for the G+5 building office project is two years).
The Buno Bedelle Farmers union now invites eligible bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above G+5 Building project.
Interested bidders shall submit the following evidence: The bidders shall have a certificate of competency from Oromia Construction Bureau or Ministry of Federal Construction with Category; BC-4/GC-5 and above renewed for the bidding period and other appropriate documentary evidences demonstrating the bidder’s compliance
. Interested eligible bidders may obtain further information and inspect the bidding documents, including a complete set of Engineering Drawings which is necessary for bidding purpose, at the address given below at office working hours. A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a non refundable fee of ETB 500.00 (Five hundred Birr only), effective from the first date of announcement up to dead line. The method of payment shall be in cash to the Buno Bedelle FCU office.
The bid shall be purchased for 21 continuous day from the date advertised by ADDIS ZEMEN, and closed the next 22 working days at 4:00 A.M and The Bid Opened at the same day at 4:30 A.M at Bedelle town hall in presence of eligible bidders/ Legally representatives who choose to attend.
Bno Bedelle Farmers cooperative Union reserves the right to reject any bid to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders.
Published on: Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:Benishangul
Remaining Time for Bid Submission
INVITATION FOR BID
The Benishangul Gumuz Regional State, Mass Media Agency invites eligible contractors for the Construction of interior Acoustic Studio with Category of BC-5 OR GC-5 OR SC-5 and above who have registered with the relevant offices in Ethiopia and renewed their License for the year 2012 E.F. Y and have registered at the Ministry of Urban Development & Construction and who have all the required registration certificates.
Our agency now invites domestic bidders to submit sealed bids for providing the necessary labor, material and equipment for the Construction of interior Acoustic Studio, in Assosa Town.
Interested bidders shall submit the following evidence;
(a) Certificate of registration from relevant Ministry renewed for 2012 EFY with Category BC-5 OR GC-5 OR SC-5 and above and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include:
i. Renewed Trading license and tax Payer Registration
ii. Its tax clearance certificate, which states that the bidder can participate in any public tender and valid at bidding date, and VAT Registration Certificate.
4. Interested eligible bidders may obtain further information from and inspect the bidding document to at the address given below. A complete set of bidding documents 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 ETB 400.00 (Four hundred birr)
5. Bids shall be submitted in two separate envelopes, “Qualification Information and Bid Security” Original and Two copies in one envelope and “Financial Bid” Original and Two copies separately in another envelope and should be sealed in an outer or mother envelope.
6. Evaluation is to be carried out in two stages, Qualification information first and Financial Bids of qualified bidders next.
7. Bids must be delivered to the address below on or before 4:00 local Time in the morning on 31st day after announcement on newspaper.
8. All bids must be accompanied by a bid security of ETB 100,000.00 (One Hundred Thousand).
9. The bid security shall be an unconditional Bank Guarantee; an irrevocable Letter of Credit; Cash, check certified by a reputable bank or financial institution, or payable order Late bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/representatives who choose to attend on 31st day after announcement on newspaper at 4:30 Local Time In the morning at Addis Ababa the oflice of.
Address.: Addis Ababa Addisu Gebya ASOSSA
University Liaiso Office Near Gullele City Administration
Published on: The Reporter ( Aug 29, 2020 ) /Place of Bid Competitions:ADDIS ABABA
Remaining Time for Bid Submission
TENDER NOTICE
The Office of the United Nations High Commissioner for Refugees (UNHCR), Representation Office in Ethiopia, Addis Ababa, invites qualified and registered Contractors / Suppliers to participate in the following tenders;
TENDER SUBJECT
CLOSING DATE
1
REQUEST FOR PROPOSAL Construction of Gymnasium, Septic Tank, Watch Tower, Walkways and Boundary Wall Works, Sewer and Water Line at the UNHCR Compound Field Office Dimma, in Gambella RFP/HCR/SOG/SUP/2020/002
1 October 2020
2
REQUEST FOR PROPOSAL – Construction of phase 1 of Gure Shombolla Health Centre, in Asossa – RFP/HCR/AA/2020/003
1 October 2020
Interested Companies are invited to collect the tender documents from the UNHCR Country office in Ethiopia, Addis Ababa, at the following address:
1. UNHCR Representation in Ethiopia,
Supply Unit, Addis Ababa
Bole road near to Ramada Hotel.
Working hours: Monday to Thursday from 09:00 – 12:00 and 14:00 – 16:00
Friday from 09:00 – 14:00
Collection period: Effective from 31 August 2020
Closing date is stated in each individual tender document.
Company Representative(s) collecting the tender documents will be required to provide a proof of affiliation with the company and provide contact details. An official company stamp is also required.
Offers must be hand delivered in a sealed envelope and deposited in the tender box located at UNHCR Branch office, Bole road near to
Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Hawassa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
SNNPRS-Ethiopia Drought Resilience and Sustainable Livelihood Program (DRSLP-II)
IFB Title -Construction and Completion of Standard Primary Livestock Market Center NATIONAL COMPETITIVE BIDDING (NCB) IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/01/2020.
The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received a Loan from African Development Bank (AfDB) toward the cost of Livestock Market Infrastructures and it intends to apply part of funds to cover eligible payments under the contract for the Construction of Luqa Standard Primary Livestock Market Center Project at Bena Tsemay Woreda of South Omo Zone in the Region.
SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/GC-6 or BC-5 General Contractors Grade Six or Building Contractors Grade-5 and above for Construction of Livestock Market Center Project asstated below in the table.
S/N
Zone
Woreda
Kebele/village
Contractors Grade
Required
Remark
1
South
Omo
Bena Tsemay
Luqa
GC-6/BC-5 &
above
Completing the remaining work of the
terminated contract
3. Bidders are strongly advised to visit the project construction site before submitting their proposals.
4. Bidders who have one or more contracts in the region whose physical progress is below 80% are not eligible to participate in the bid.
5. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.
7. Bid must be accompanied by bid security of ETB 60,000.00 (Sixty Thousand Birr) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain Valid for 120 (One Hundred Twenty) days.
8. A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Birr) or in other equivalent and freely convertible currency.
9. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 local time) on 30 September-2020 GC afternoon and must be accompanied by a bid security Stated above in ETB or in other equivalent and freely convertible currency.
10. Electronic bidding will not be permitted. Late bids will be rejected.
11. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 local time) on the same date of closing at SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City
12, The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserves the right to reject all or part of the bid.
Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Published on: Addis Zemen ( Aug 31, 2020 ) /Place of Bid Competitions:Gondar
Remaining Time for Bid Submission
Invitation to National Competitive Bid for Construction of standard B+G+1 Shop building at Azezo
Floating Date: As of September 04, 2020
Closing Date: September 25, 2020, 2:00PM
Opening date: September 25, 2020, 2:30 PM
Ethio Telecom NNWR-Gondar invites all interested eligible Bidders by this National Competitive Bid (NCB) for the procurement of standard B+G+1 Shop building Construction at Azezo
Standard B+G+1 Shop
Site Work
Septic Tank
Fence Work
G+1 Guard house (RFQ 4033162)
Interested eligible bidders may obtain further information from Ethio telecom website and inspect the bidding document upon payment of a non-refundable fee of Birr 100.00 (Birr one hundred only) in person from NNWR Regional Office, 4th Floor, during Office hours (Monday to Friday) (Gondar).
1. Sealed bids marked as: “Construction of Azezo standard B+G+1 Shop building” (RFQ 4033162)” and be addressed to:
Ethio Telecom,
NNWR Regional Office,
Gondar
Sourcing and Supply Section 4th floor
2. Bid proposal will be received at Gondar, NNWR Regional Office 4th floor before or on September 25, 2020 until 2:00 P.M. Bids presented by any bidder after the closing date shall not be accepted.
3. Bids received in time and fulfilling the other formalities shall be opened in the presence of interested bidders or their legal representatives at 2:30 P.M on September, 2020 at Gondar, NNWR Regional Office 4th floor.
4. Ethio telecom reserves the right to reject any time all or parts of this bid.
5. Bidders are seriously advised to read and comply with the instructions provided in this bidding document.