The A. A. Water and Sewerage Authority- Water and Sanitation Infrastructure Development Division invites sealed bid from eligible bidders for supply and installation of sewer pipes & fittings, and Construction of civil works (includes tunneling) for Chefe 26 km Sewer network implementation Project in Addis Ababa.
The Invitation is open for contractors under the category of GC/WC grade 5 and above who have registered with the relevant government offices in Ethiopia and renewed their License for the current year.
Bidding will be conducted through the National Competitive Bidding (NCB) contained in the public procurement proclamation of the Government of the Federal Democratic Republic of Ethiopia,
Interested eligible bidders may obtain further information from the Procurement team of the division and inspect the bidding documents at the address given below during working hours from 8:30 AM-12:30 PM in the morning and 1:30 PM to 5:30 PM in the afternoon.
A complete set of Bidding Documents in the English language may be purchased by interested bidders from September 18, 2020, onwards during office hours at the address below upon payment of a non-refundable fee of birr 500 (five hundred). The method of payment will be in cash
The bid is two envelop bid and must be delivered with one original and two copies of the technical and financial proposal in separate envelopes to the address given below at or before October 13, 2020, at 2:00 pm.
The bid shall be valid for the period of ninety (90) days and shall be accompanied by a Bid Security of ETB 500,000 (birr five hundred thousand only) in the form of an unconditional Bank Guarantee or CPO (which should be valid for 120 calendar days starting from the date of bid opening). Late bids shall be rejected.
Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on October 13, 2020, at 2:30 pm.
The AA W.SA Water and Sanitation Infra-structure Development Division reserve the right to reject any or all of the bids.
A.A. Water and Sewerage Authority: – Water and Sanitation Infrastructure Development Division Lideta Sub-city Woreda 08 around Condominium houses on the left side of Lideta menafesha.
Tel. 0118291312
Attention- Mrs. Mestawot Abebe, Procurement Support Process Head,
Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation to Tender/Re-bid/
Bid Announcement No.: -SSNT-T206
Ethiopian Airlines Group wants to invite interested Contractors BC-5/GC-5 and above grades for the Construction of Remaining Activities at Mekelle Pilot Training School/ PTS/ with three project Packages.
Any Construction company legally established with a renewed trade license, renewed certificate of registration from the Ministry of Construction, VAT registration certificate and Tax Payer Identification Certificate (TIN), and Tax clearance can get the tender document.
Bidders should deposit ETB 100.00 (One hundred birr only) to the nearby Commercial Bank of Ethiopia (CBE) branch referring the tender number SSNT-T206 to Ethiopian Airlines Account Number 1000006958277 (E-99) and shall email the scanned copy of the deposit slip to the below email address and will get the Tender document by return Email.
The Bid must be delivered in separate sealed envelopes in one original & copy of the document to Ethiopian Airlines, Strategic Sourcing Non-Technical section before/ on October 21, 2020, at 3:00 pm. The bid will be opened on the same date at 3:30 pm at Addis Ababa Ethiopian Airlines Head office, Aviation Academy Auditorium at the presence of those interested bidders or their legal representatives.
From kebele 03 Water Resvior ፓኬጅ ቁጥርAMH/INJEBARA/ CIP/ CW 05/20/2021 ሎት1 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Injebara city Admenistration Office building Block 1 with 15 Class, Zagew School office Bulding Block 1 with 2 Class ፓኬጅ ቁጥር AMH/INJEBARA/ CIP/ CW 06/20/2021 ፤ በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Shade on South East of Wag Adebabay 1 Block with 10 Class, Shade near to Injebara Hospetal Bridge 1Block with 10Class ፓኬጅቁጥር AMH/INJEBARA/CIP/CW 07/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
From kebele 03 Public Toilet at new market 1Balock With 6 Class,3rd levele GCPM Production and instalationፓኬጅቁጥር AMH/INJEBARA/CIP/CW 08/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Kebele 05 From south side of agew midir secondry School Enterance, COBEL stone MANTINANCE FROM KOSSOBER SCHOOL COBBLE TO BRIDGE ፓኬጅ ቁጥር AMH/ INJEBARA/CIP/MAW 03/20/202 ሎት1 በGC እና RC በደረጃ 9እና በላይ ፈቃድ ካላቸው ተጫራቾች መሀከል በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ ስለሆነም በጨረታው መሳተፍ የምትፈልጉ የሚከተሉትን መስፈርቶች የምታሟሉ ተጫራቾች በጨረታው እንድትሳተፉ ይጋብዛል ፡፡
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION FOR QUALIFICATION AND BID
ITB No.: MMU-METEMA EMRC AND YOUTH CENTER CON-6-2020
The International Organization for Migration (IOM) is an intergovernmental humanitarian organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.
in the framework of Construction of Metma Emergency Migration Response Center (EMRC) and Youth Center, IOM Bids Evaluation and Award Committee (“BEAC”) now invites interested General or Building Contractors registered as Grade IV or above to submit eligibility, qualification and technical documents and bid for the proposed work explained in greater detail of the bid document.
Interested contractors can collect an electronic copy of the complete set of bid document from IOM SLO Addis Ababa Head Office located, Gemokenyatta Avenue, Kirkos Sub-City, Wereda 8, YeMez Building (behind Zuqualla Complex) from 23 September 2020 9:00 hours (East African Time)to 14 October 2020 14:00 hours (East African Time). Bidders are required to submit a copy Competency Certificate of Grade IV or above along with a returnable USB flash drive to collect the bid document.
Bids shall be valid for a period of 120 calendar days after submission of the bid. Late bids shall be rejected. The bid must be delivered in hand to IOM SLO Addis Ababa Head Office located above on or before 15 October 2020 13:00 hours (East African Time). Technical Bid shall be opened on 15 October 2020 14:00 hours (East African Time)
IOM reserves the right to accept or reject any bids, and to cancel the procurement process and reject all bids at any time prior to award of the Contract, without obligation to inform the affected Bidder/s of the ground for IOM action.
IOM is encouraging companies to use recycled materials or materials coming from sustainable resources or produced using a technology that has lower ecological footprints.
Published on: Reporter ( Sep 20, 2020 ) Place of bid competition:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING (NCB)
Procurement Reference Number AB 14/2020/21
Awash Bank S.C invites sealed bids from eligible bidders of Contractors of Category GC/BC 5 and above for maintenance and modification works of the Shashemene branch acquired the building, which is located in Shashamane town.
Bidding will be conducted in accordance with the open tendering procedures contained in the Directives of the Bank and other relevant laws of the country and is open to all eligible bidders.
A complete set of bidding documents in English shall be obtained from the Procurement Division of Awash Bank S.c located at Awash Towers 10th floor room No 10-03 upon producing receipt of a non-refundable fee of Birr 200.00 /TWO Hundred/ by depositing in Account Number 015 400005 44500, at AWASH BANK ANY BRANCH, during office hours (Monday to Friday 8:00AM12:00PM; 1:00 PM-4:30 PM and Saturday 8:00AM12:00PM) starting from September 22, 2020, upon Presentation of copy renewed Trade license, Certificate of registration, Tax Clearance certification, VAT Registration Certificate and TIN Registration Certificate.
The bid must be accompanied by a bid bond amount of birr 100,000.00 (One Hundred Thousand) in the form of a Cashier’s payment order CPO or unconditional and irrevocable Bank Guarantee letter from local Banks and must be addressed to “AWASH INTERNATIONAL BANK S.C” in a separate envelope. Failure to fulfill acceptable bid security will be cause for disqualification.
The bid documents must be deposited in the bid box prepared for this purpose on or before October 13, 2020, at 10:00 AM in the above-mentioned address.
Bid opening shall be held at the office of Director Shared Services Awash Tower 10th floor in the presence of bidders and/or their representatives, who wish to attend on October 13, 2020, at 10:30 AM
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84 & Construction Project Management Division Tel. 0115303010
Failure to comply with any of the conditions from items 2 to 5 above shall result in an automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully.
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
EXPRESSION OF INTEREST
REQUEST FOR A PRE-QUALIFICATION
Ref. no.: Esd/003/2020
Invitation for Expression of Interest and Request for Information pre-qualification of Contractors or the Construction of 3B+G+15 Real Estate Building In Addis Ababa, Ethiopia
Esdros Construction, Trade and Industry Share Company invites expressions of interest (EOI) from competent Local or International construction/engineering firms to Express their Interest and submita prequalification documents and information listed in the Appendix on or before 5:00PM 25″ September 2020 at Esdros Head Office Arat Killo for preliminary assessment to undertake the construction of the facility as outlined above together with the related sub-works.
The requirement is however more detailed in a Request for Proposal (RFP) document which will be circulated to shortlisted firms upon evaluation of submissions. Firms will be shortlisted for participation based on their demonstration of technical and financial capability in response to this request. In addition to the information requested in this document, interested firms must provide an updated copy of their company profile with a works catalogue demonstrating their experience in similar assignments along with the names of at least three (3) references with contact information (physical address, e-mail address and telephone).
The Pre-Qualification documents must be delivered to the above office at or before11:00hours (local time) Addis Ababa on October 03, 2020. Late EOls shall be rejected. EOI sent viaf ax or email will not be accepted.
All Bidders must attach renewed commercial License. National bidders must attach V.A.T certificate and other relevant legal documents with their bid document.
All bidders can get complete set of Pre-Qualification documents from logistic department against Non-Refundable Birr 500.00 in cash.
Interested Bidders may obtain further information and documents at the following address:
Name of Office: Esdros Construction, Trade and Industry S.C
Addis Ababa, Ethiopia
Mahibere Kidusan Building, around 5 kilo , 1st Floor
Published on: Ethiopian Herald ( Sep 19, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
REQUEST FOR BIDS (RFB)
Reference No.: ET-OROMIA WERDB-165253-CW-RFB
Promoter: OROMIA WATER & ENERGY RESOURCE DEVELOPMENT BUREAU
Project: WATER SUPPLY, SANITATION & HYGIENE
Country: The Federal Democratic Republic of Ethiopia
Contract Title: Civil Work, Supply & Installation of Pipes & Fittings & Supply & Installation of Electromechanical Equipment’s of Fincha’a Town Water Supply Project.
The Government of Ethiopia has received a Credit/Grant from different financers (WB, KOICA, DFID, AfDB, UNICEF, the Government of Finland) toward the cost of Water Supply and Sanitation Projects of OWNP phase II and use proceeds of this Credit/Grant to payments under the contracts for Civil Works Construction, Supply & Installation of Pipes & Fittings and Supply and Installation of Electromechanical equipment’s Fincha’a Town (West Guji Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource Development Bureau now invites sealed bid from eligible Bidders for execution of the works described below.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s Procurement Regulation for IPF Borrowers July 2016, Revised Nov. 2016 and August 2018 and is open to all eligible bidders as defined in the Procurement Guidelines and is open to all eligible bidders as defined in the Procurement Guidelines.
Interested eligible bidders may obtain further information from Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during office hours 8:30A.M. to 5:30P.M. at the address given below.
A complete set of bidding documents in English maybe purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non refundable fee of 800.00 (Eight Hundred) Ethiopian Birr or US $ 22.00 or its equivalent in easily convertible currency. The method of payment will be in Cash.
Bids must be delivered to the address below on or before October 30 /2020. Electronic bidding will not be permitted. 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 October 30/2020. The Bureau reserves the right to accept or reject all – parts of the bid.
Bid must be accompanied by a Bid Security of ETB 500,000.00 (Five Hundred Thousand) in Ethiopian Birr or its equivalent in a freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
An average annual turnover of ETB 206,000,000.00 or equivalent amount in freely convertible currency calculated as total certified payments received for contracts in progress and/or completed within last five years and specific experience of at least one similar contract in the last five years with ETB value 139,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):
Oromia Water & Energy Resource Development Bureau, One
WaSH National Program Implementation Unit, Bole Road
around Olympia next to Admas University Olympia Campus on
Published on: Addis Zemen ( Sep 19, 2020 ) /Place of Bid Competitions:West wollega
Remaining Time for Bid Submission
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING
To all contractors of category BC-4/ GC-5 and above with renewed license valid for the current year (2013 E.C).
West wollega zone Homa woreda Administration office has secured budget for the constriction of G+3 office Building project work at west Wolega zone Homa woreda Homa Town
West wollega zone Homa woreda Administration office now invites wax-sealed bids from eligible bidders who are interested and capable to allocate their sufficient resource for work of G+3 office Building which can be completed within the maximum of 365 calendar days. Bidding will be conducted in accordance with the open national tendering procedures contained in the public procurement proclamation of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders.
The Bidder shall enclose the original and each copy of the bid, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original, bid security (sealed separately) and the copies shall then be enclosed in one single envelope. A complete set of bidding documents in English may be purchased by interested bidders on the submission of WRITTEN APPLICATION INDICATING THE PROJECT, VAT REGISTRATION CERTIFICATE, CERTIFICATE OF COMPETENCE FROM MINISTRY OF CONSTRUCTION AND URBAN DEVELOPMENT OR RENEWED REGISTRATION CERTIFICATE FROM OROMIA CONSTRUCTION BUREAU, RENEWED TRADE LICENSE, RENEWED TRADE REGISTRATION CERTIFICATE, VALID TAX CLEARANCE during period of bid validity from Oromia Revenue Bureau, to the address given below and up on payment of a non-refundable fee of Ethiopian Birr 300.00 only in cash starting from the first date notice viewed on the newspaper during office hours through Monday to Friday.
Bids must be delivered in the morning on or before 4:00 am local time, on the 21st day from the first announcement date (must be on a working day). The original technical requirement will be opened on the same day at 4:30 am local time in the presence of the bidders’ representative who chooses to attend.
The bid is valid for 90-days. All bids must be accompanied by a bid security of Ethiopian Birr 100,000.00 (One Hundred thousand birr) for the project which will be payable on the first demand to the client, bid security is acceptable in the form of CPO or Unconditional Bank Guarantee. Late bids shall be rejected and the West wollega zone Homa woreda Administration office has the right to accept/reject the bid.
Interested eligible bidders may obtain further information from the address stated below Employer address:- 0917080560/0925818519
West wollega zone Homa woreda Administration office
Published on:Addis Zemen ( Sep 19, 2020 ) /Place of Bid Competitions:Dire Dawa
Remaining Time for Bid Submission
INVITATION FOR BIDS (NCB)
Dire Dawa Administration Water, Mine & Energy Office
Contract Title:- Procurement of water construction materials
Procurement Reference number NCB No. – DDA W MEB/GDS/07/2013
Dire Dawa Administration Agriculture Water. Mine & Energy Office has funds within the Procuring Entity’s budget to be used for the procurement of different water construction materials
Dire Dawa Administration Water. Mine & Energy Office invites sealed bids from eligible bidders for the Supply of different water construction materials for three rural water supply system,
Bidding will be conducted in accordance with the open tendering procedures contained in the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia and is open to all bidders.
A complete set of bidding documents and detail technical specifications in English can be purchased Directly from Dire Dana Administration Water, Mine & Energy Office upon payment of a non-refundable fee of Birr 200.00 (Two hundred birr).
Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by a bid security of ETB 80,000.00(eighteen thousand Birr) in the form. of unconditional Bank Guarantee, or CPO.
Bids must be delivered to the address below at or before October 15, 2020, at 9:30 AM Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on October 15, 2020, at 10:00 AM
Address and contact details
Dire Dawa Administration Agriculture, Water Mine & Energy Bureau
Published on: Ethiopian Herald ( Sep 18, 2020 ) /Place of Bid Competitions:Adama
Remaining Time for Bid Submission
Invitation for for Bids (NCB)
BID No: ASTU/NCB/08/2020
Adama Science and Technology University has allocated budget to cover the cost of market shade & public toilet construction. The project site is located in Oromia National Regional State, Adama City.
The University now invites sealed bids from eligible Bidders for furnishing the necessary labors, materials and equipment/machinery for construction of market shade &public toilet.
Bidding is open to all contractors GC-8/BC-7 and above having trade/business license and professional competence/practice certificate renewed for 2012 Ethiopian fiscal year, registration certificates for VAT & taxpayer, valid tax clearance certificate, and registration in suppliers lists.
Bidding will be conducted through National Competitive Bidding (NCB) as per procedures specified in the tender document and pertinent procurement proclamation, directive, and guidelines.
. A complete set of Bidding Documents in English may be purchased during regular office hours directly from the University’s Procurement and Property Administration Directorate Building Block No: 106, ground floor/room No .04 (P.O.Box: 1888, Tel: +251 222 110003; Fax: +251 221 100038; email: kumawaktola@gmail.com) upon submission of a written application to the address indicated above and payment of a nonrefundable fee Birr 100.00 (one Hundred). Further information can be obtained from the above mentioned address.
Bids shall be valid for a period of Ninety (90) calendar days after Bid opening and must be accompanied by bid security to be provided in acceptable form (as unconditional bank guarantee irrevocable Letter of Credit or CPO) & equivalent to Ethiopian Birr 10,000 (Ten Thousand).
Bidders shall submit bid documents in one large envelope containing ‘One original’ and two ‘copies’ of their technical and financial documents in separate wax sealed inner envelops clearly marked as “original and ‘Copy’.
Bids must be delivered to the address named in the ‘Bid Data Sheet’ section of the biding document on or before 9:30am (morning local time) on the first regular working day after 21 days starting from the next day of the date of official announcement of this bid on Ethiopian Herald Newspaper.
Bids shall be opened and read at 10:00am (morning-local time) on the same day to the deadline for submission of the bids, at the office specified under article 5 above, in the presence of the Bidders or their legal representative who wish to attend.
Adama Science and Technology University reserves the right to reject all or part of the bid without giving reason thereof.
The Federal Democratic Republic of Ethiopia (FDRE) represented by the Ethiopian Roads Authority (ERA) has secured sufficient budget and planned to procure construction works and related supervision services for the following road projects in the year 2013 Ethiopian Fiscal Year. The procurement process of the projects will commence depending on the readiness of the design and will be floated in groups of projects in a package sequentially.
Item No
Works to be procured
Financer
Length KM
Contract Delivery
1
Abay Bridge Approch Road and Abay Bridge Lot 2 :Abay Bridge Approach Road)
GOE
4.4
DB
2
Access to Adama industrial park
GOE
3.31
DB
3
Gog-Jore – Akobo Lot: 2 Km 35 – Km 70
GOE
33.4
DBB
4
Seka – Atnago – Alga – Seyo – Shenen – Guder Lot 1; Seka – Atnago – Alga – Seyo
GOE
93
DBB
5
Seka – Atnago – Alge – Seyo – Shenen – Guder Lot 3; Ambo Town and Ambo – Guder Town Road
GOE
20
DB
6
Fik-Segege-Grebo-Denane Lot 1
GOE
90
DBB
7
Fik-Segege-Grebo-Denane Lot 2
GOE
101
DBB
8
Dubiti-Arisa-Adigala-Biyokobob; Contract 2
GOE
78
DB
9
Dubiti-Arisa-Adigala-Biyokobob; Contract 3
GOE
119
DB
10
Zalambesa-Alitena-Marwa-Edegahamus Lot 2: Marwa-Edegahamus
Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract IV: Duse – Dengego – Harer & Dengego – Dire Dawa (km 225+000 290+864 & 0+000 – 19+541) (Re-tender)
GOE
85.41
DBB
85
Addis – Gibe River Road Overlay Project Lot II; Sebeta-Kore
GOE
64
DBB
86
Addis – Gibe River Road Overlay Project; Lot III; Kore – Gibe River
GOE
93
DBB
The selection of bidders will be carried out either by International Competitive Biddings (ICB) procedure or National Competitive Biddings (NCB) procedure based on the specific project requirements and conditions. Subsequently, the Specific Procurement Notice for each of the projects will be announced separately through nationally circulating newspaper (Ethiopian Herald), Ethiopian Roads Authority’s (ERA’s) website (www.era.gov.et) as well as through Public Procurement and Property Administration Agency’s (PPPAA’s) website (www.ppa.gov.et) and through appropriate further publications as deemed necessary. Addresses for Correspondences: Zekarias G/Giorgis, Engineering Procurement Directorate, Director
Published on: Addis Zemen ( Sep 18, 2020 ) /Place of Bid Competitions:Oromia
Remaining Time for Bid Submission
INVITATION TO BID
Invitation for bids (IFB) for Construction of G +2 Special school building
Project Name: – G +2 Special school building.
The kurfa chale woreda education Office now invite wax-sealed hids from eligible bidders to all national contractors of class GC/BC-6 and above that shall submit a certificate of registration from the Ministry of Construction and Urban Development/ Oromia Construction Bureau or other region renewed for Current Budget Year 2012 E.C/2020 G.C. and who have renewed their Trade License for the current fiscal year and have got VAT registration certificate & Tax Clearance Certificate valid during the bidding period from the concerned Governmental Body.
Bidding documents may be purchased from kurfa chale woreda education Office for a nonrefundable fee of Birr 300.00 (Three Hundred Birr Only) at working hours, starting from The method of payment will be in cash.
Bids shall be valid for a period of 90 days after bid opening and must be accompanied by a bid security of 1% of the bid amount in the form of CPO or unconditional bank guarantee and shall be delivered to the kurfa chale woreda education Office, along with the envelope of the original financial document.
Pursuant to ITB (16.2) the bid security validity period shall extend 28 days beyond the bid validity period (i.e. bid security validity hall be at least for 118 days) submission of a lesser validity period from the cited 118 days would be a cause for rejection from the bid.
The Financial document shall be prepared in one original and two copies. The original & the copies shall be signed, stampede & wax sealed in a separate envelope clearly marking “Original”. “Copy 1″ & “Copy 2”. Failure to do so would entail rejection of the bid,
The qualification document shall be prepared in one original and two copies. The original & the copies shall be signed, stamped & wax sealed in a separate envelope clearly marking original”, “copy 1” & copy 2”. Failure to do so would entail rejection of the bid.
The committee assigned by the client will evaluate the qualification of the bidders based on the basis of their responsiveness to the bid document, by applying the evaluation criterion and point assigned to the criterion sub-criterion and points assigned to the criterion in the datasheet. Each qualification document will be given the score point. A bidder will be rejected at this stage if it does not respond to the tender document or fails to achieve the minimum technical score 70%
Only financial offers of those bidders who scores the minimum qualifying point, 70% /seventy percent/ and above, will be opened on the financial opening date. The financial opening of the bidders who have scored less than the minimum passing point ie 70% will be returned unopened.
The bids shall be automatically rejected.
The bid will be closed in the afternoon, at 2:00 PM. and opened at 2:30 PM on 15st day from the date advertised by The At which time the bid document will be opened, at kurfa chale administration office, in the presence of the bidders or their representative who wish to attend in the presence of the bidders.
Published on: Ethiopian Herald ( Sep 17, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
Tender No OANRB / GOV/2012/13/01
To, ALL CONTRACTORS OF CATEGORY INDICATED IN THE TABLE BELOW WITH
RENEWED LICENSE VALID FOR THE FISCAL YEAR
Oromia Agriculture and Natural Resource Bureau (OANRB) has got a budget from the Regional Government of Oromia to construct 11 (eleven) irrigation projects which are constructed in different Zone and Woreda of the Region as indicated in the table below.
Accordingly, OANRB now invites eligible contractors to submit sealed bids for the execution and completion of the following projects.
III
Name of the projects
Zone
Woreda
Area in he
No of beneficiaries
Bid security
Catagory
1
Gololcha project
wHararrge
G/boedode
410
820
500,000.00 ETB
GWWC-5 & Above
2
Aboono project
Jimma
s/cokoesa
230
257
300,000.00 ETB
GWWC-5 & Above
3
Biftu belina project
Arsi
Sh/kolu
50
98
200,000.00 ETB
GWWC-5 & Above
4
Diba project
k/welega
d/wabesa
40
90
250,000.00 ETB
GWWC-5 & Above
5
Kubo luxo project
n/shewa
Adama
45
90
300,000.00 ETB
GWWC-5 & Above
6
Yatu balo project
n/harrarge
m/ballo/
190
426
300,000.00 ETB
GWWC-5 & Above
7
Abdi Qolla project
Special zone
Sululta
135
294
300,000.00 ETB
GWWC-5 & Above
8
Sama project
East shawa
Bako tibe
80
152
150,000.00 ETB
GWWC-5 & Above
9
Debisa project
East welega
Guliso
50
100
230,000.00 ETB
GWWC-5 & Above
10
Chabi albero project
borena
Yabelo
200
160
400,000.00 ETB
GWWC-5 & Above
11
Hassa project
East harrarge
g/basasa
100
200
1% OF THE OFFER PRICE ETB
GWWC-5 & Above
3. The contractors are invited to submit their wax sealed Financial and Technical proposal document separately as further clarified in the bidding document for the execution and completion of the cited contract.
4. A complete set of bidding documents may be purchased from Oromia Agriculture and Natural Resource Bureau (OANRB) procurement and finance process 3rd floor working hours upon submission of a written request and payment of a non-refundable fee of Eth. Birr 300.00 (three hundred only) for one project. The method of payment will be in price ETB cash only.
5. Interested contractors may obtain further information from our Bureau, Contract administration & construction supervision directorate or Finance and procurement process
6. No Price adjustment will be allowed
7. Bids must be delivered to Oromia Agricultural & Natural Resource Bureau, “Sarbet” area The regional government of Oromia Bureaus Building B-2, 3rd floor Procurement Finance Process at Oct. 15/2020 up to 10:00am.
8. Bid will be closed on the date Oct. 15/2020 at 10:00 am & opened in the presence of bidder or their legal representatives on the same date at 10:30 am.
9. Bids shall be valid for a period of 60 days after bid closing and must be accompanied by a bid security of stated in the above table in the form of Un conditional Bank guarantee only and must be delivered in accordance with the BDS.
10. Qualification criteria stated on the bid document should be respected and have to be addressed in a brief and clear way.
11. Oromia Agriculture and Natural Resource Bureau reserve the right to accept or reject any or all bids.
Bureau Tel no. +251-118829173/Fax-0113717488, P.O.box 8770 B-2 3rd floor.
Oromia Agricultural & Natural Resource Bureau FINFINNEE
Published on:Reporter ( Sep 16, 2020 ) /Place of Bid Competitions:Ababa Ethiopia
Remaining Time for Bid Submission
Notice of Bid Invitation for Construction Work
(Procurement No. BEAEKA/ED/01/2020)
BEAEKA General Business PLC has signed a contract Agreement with Ethiopian Roads Authority for the construction of Jijiga-Gelelesh-Deghamedo-Segeg Road Project; (Contract II: Km 55+400-Km 165+220) and intends to subcontract the Earthwork including Clearing and Grubbing, Roadbed Preparation, Excavation, Embankment Construction and sub-base construction, From station 135+400to 150+000 (Lot I) and 150+000 to 165+220 (Lot II) in two lots to eligible contractors.
BEAEKA General Business PLC now invites registered constructors of category GC-4, RC-3 and above with their professional and trade license valid for the year 2012 E.C/ registered for VAT and having tax clearance for local contractors to submit sealed bids for providing the necessary labor, materials, and equipment for the Earthwork including clearing and Grubbing, Roadbed preparation, Excavation, Embankment Construction and sub-base for each of the lots indicated.
The works to be carried out under this sub-contract comprises Clearing and Grubbing, Road Bed Preparation, in situ Roadbed Treatment, Excavation, Embankment Construction and sub-base construction. The road shall have a cross section of 10m (7m DBST carriageway and 1.5m gravel shoulder on each side or as per the drawings for different sections). The road is DS4 standard and the subcontractor is expected to construct the sub-contract work as per the drawings and specifications of the main contract.
Interested eligible bidders may obtain further information and inspect the bidding documents at the BEAEKA General Business PLC at the address given below from 8:30 to 12:30 am and 1:30 to 5:30 pm from Monday to Friday local time. Complete set of bidding documents in English may be purchased by interested bidders as of September 25/2020 at the above office upon presentation of the document mentioned under item (2) above and a written application addressed to the company and upon payment of a non-refundable fee of Birr 500. Address: BEAEKA GENERAL BUSINESS PLC, SEMIEN MAZAGAJA ON THE WAY TO ADDISU GEBEYA, ADJACENT TO POLAND EMBASSY, BEAEKA BUILDING, 4th FLOOR, TEL: +251930481594
Bidders shall submit two envelopes, “Qualification information and Bid security” and “Financial Bid” separately sealed and the two envelopes should also be sealed in an outer single envelope.
Evaluation is to be carried out in two stages, qualification information first and Financial Bids of qualified Bidders next.
Bidders could choose to partake in one or both lots.
Bids must be delivered to the address below on or before Oct 25/2020 at 10:00 A.M in the morning. All bids must be accompanied by a bid security of ETB 50,000.00 and late bids will be rejected. Qualification information and bid security will be opened in the presence of bidder’s representatives who choose to attend, at the address below on October 25/2020 at 10:30 A.M in the morning.
For any of your inquires please contact BEAEKA GENERAL BUSINESS PLC, Engineering Department Manager, Addis Ababa Ethiopia Tel. +251930-48-15-94/+251935-99-87-86
BEAEKA GENERAL BUSINESS PLC reserves the right to accept or reject any or all bids without giving any reasons.
Published on: Ethiopian Herald ( Sep 17, 2020 ) /Place of Bid Competitions:SOMALI
Remaining Time for Bid Submission
INVITATION FOR BIDDING (IFB)
SOMALI REGIONAL STATE, SULTAN
ABDULLAH SULTAN BADE POLYTECHNICAL COLLEGE
IFB NO: 08/2012
IFB Title: – Construction of Fence for the Center of Innovation and Technology
The Somali Regional State, Sultan Abdullah Sultan Bade Polytechnic College, invited documents from eligible bidders for the Construction of a Fence for the Center.
A complete set of bidding documents for the Construction of Fence for the College Center of Innovation and technology can purchase by legal and interest bidders that have a renewed trade license, VAT registration evidence and supply list certificate from the Somali Regional State, bureau of finance and economic development, upon payment of a non-refundable fee of birr 300 (three hundred birr) from Sultan Abdullah Sultan Bade Polytechnic College finance and logistics support process office within 12(twelve) working days of the first appearance of this announcement during the official working hours.
Interest and Eligible bidders may obtain further information from the College.
All bids must be accompanied by a security of 1% of the bid amount in the form of the bank guarantee, Cash, or CPO, and submitted before the closing date.
The bid will be opened in the Sultan Abdullah Sultan Bade Polytechnic College General hall in the presence of bidders or their representative on the 12th day of appearance of announcement shall be opened on the next day.
The original and copy of the bid document shall be signed and sealed in all pages by the bidders.
Bidders should submit one original and copy of the bid document with a separate sealed envelope
The College reserves the right to reject any or all bids.
NB: For farther information please call:-
+0915066006/0915330819
SRS, Sultan Abdullah Sultan Bade Polytechnic College
Published on: The Daily Monitor ( Sep 16, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO BID
TO ALL CONTRACTERS OF CATEGORY GC/WWC and above (for Construction of Small Scale Irrigation Canal) and BC/GC 6 and above (for Type C Veterinary Clinic) WITH LICENCE VALID FOR THE YEAR 2012 E.C.
SOS Sahel Ethiopia jointly with Ayuda en Accion and WISE are implementing a project called “Promote Resilient Environments and Livelihoods of Most Vulnerable Families through the Reduction of Food Insecurity, Migration, & Youth Unemployment (LIVE) in Arsi, Oromia” in Tena, Amigna and Arsi Robe woredas of Arsi Zone with funding support obtained from Spanish International Cooperation for Development (AECID). The organization invites eligible bidders for construction of Small Scale Irrigation Canal and C-Type Veterinary Clinic in the project implementation districts.
Bid documents for the above mentioned works shall be obtained from SOS Sahel Ethiopia Head Office at Addis Ababa against payment of non-refundable fee of Birr 200.00 during office hours.
Interested companies may obtain further information from the organization on tel. no. 0114-16-03-91.
Bids shall be submitted in one original and one copy accompanied by bid bond amount of 2% of total offer in the form of Bank Guarantee or CPO in a sealed envelope until 29, September 2020 at 2:00 pm to Addis Ababa SOS Sahel Ethiopia Head office.
Company profile including all registration certificates and licenses for the year shall be submitted together in the original technical envelope.
The bid shall be opened on 29, September 2020 at 2:30pm in the presence of bidders or their legal representative at Sos Sahel Ethiopia, Head office.
SOS Sahel Ethiopia reserves the right to accept or reject any or all bids.
Published on: Ethiopian Herald ( Sep 13, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation for Initial Selection Works and Operation Service (Design, Build, and Operate)
Employer: Water Development Commission (WDC)
Project: Ethiopia Second Urban Water Supply and Sanitation Project (UWSSP II)
Contract Title: Design, Build, and Operation (DBO) of Fecal Sludge and Septage Treatment Plants (FSTPs) in Five Towns in two lots:
Country: Federal Democratic Republic of Ethiopia
CreditNo.: 60070/60080
ISD No: ET-MOWIE-172944-CW-RFP
Issued on: 15th September 2020
1. The Government of the Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Second Urban Water Supply and Sanitation Project (SUWSSP), and it intends to apply part of the proceeds toward payments under the contract for Design – Build Operate (DBO) Contract of Fecal Sludge and Septage Treatment Plants (FSTPs) in Five Towns in two lots (Lot 1- Adama, Dire Dawa and Mekelle and Lot II – Hawassa and Bahir Dar.
2. Initially selected Applicants may submit Proposals for one or both lots, as further defined in the RFP Document.
3. The Water Development Commission (WDC) intends to initially select Applicants for DBO of the FSTPs for the five towns. This component of the SUWSSP will support the development of a pollution-free environment, improves public health, and encourages reuse and resource recovery. The Request for Proposals (RFP) will be for a tender to Design, Build and Operate (DBO) of Fecal Sludge and Septage Treatment Plants in five (5) towns, packaged into two lots.
4. Key Qualification Requirements are:
Financial Situation and Performance (sufficient financial capabilities to meet the construction cash flow requirements estimated at US$ 1.5 million (the US $ One Million Five Hundred Thousand) for the lot I and US$ 1,000,000 (the US $ One Million) for lot Il for the subject contract net of the Applicants other commitments. Cumulative value required if Applicants apply for both lots.
Average annual construction turnover: Minimum average annual construction turnover of US$ 9 million (the US $ Nine million) for a lot I and US $ 6 million (the US $ Six million) for Lot ll over the last five years. Note: cumulative value required if Applicants apply for both lots.
DBO Experience: The Applicant has designed, built, and operate at least two (2) fecal sludge and septage treatment plant and/or Waste Water treatment plants of at least 300 KLD (Kilo Liters per Day or 300m3 per day) capacity in average for each lot, since January 2015, and these treatment facilities are still in operation at the time of issuance of this initial selection document. At least one of the plants shall be FSTP.
Design Experience: A minimum number of two contracts for the design of FSTP and or wastewater treatment plants and at least one of the experiences shall be with an FSTP undertaken as lead Contractor between 1st January 2015and Application submission deadline. The selected design contracts shall relate to a treatment plants that: have been satisfactorily and substantially completed, and each has a minimum value of US $ 10 million (US $ Ten Million) for lot I and US $ 7 million (the US $ Seven million) for lot II. Note: Separate contract shall be required to meet the requirement for the two lots or the value of the contracts should be the cumulative value for the two lots.
Construction Experience: A minimum number of two construction contracts for FSTP and or wastewater treatment plants and at least one of the experiences shall be with an FSTP similar to the proposed assignment that has been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or subcontractor between 1st January 2015and Application submission deadline. The value of the member’s participation in each selected construction contract shall be a minimum of US $ 10 million (US $ Ten Million) for a lot and the US $ 7
• Million (US $ Seven Million) for lot II. A separate contract shall be required to meet the requirement for the two lots or the value of the contracts should be the cumulative value for the two lots. Operation Experience: The Applicant has operated at least two (2) FSTPs and, or wastewater treatment plants and at least one of the experiences should be with a FSTP of at least 300KLD (300m 3 per day) in average capacity each, since January 2015 (last five years), and these FSTPs plants/ wastewater treatment plants are still in operation at the time of issuance of this Initial Selection Document.
4. The required key effluent quality parameters include pH, BOD 5 SS, COD, AMN Nitrate-Nitrogen and TP. The solid standards include 25% Dry solid content and stabilization of sludge. The detail performance requirements and functional guarantees are incorporated in the ISD and further elaborated in the RFP
5. The location of the project/treatment plant:
Please see the below table for the location of the towns where the project is implemented.
#
Lot. No.
Name of the Town
The location from Addis Ababa
Remark
1
Lot 1
Adama
75 km East of Addis Ababa
2
Dire Dawa
520 km East of Addis Ababa
3
Mekelle
770 km North of Addis Ababa
4
Lot 2
Bahir Dar
560 km northwest of Addis Ababa
Located adjacent to Lake Tana
5
Hawassa
275 km South of Addis Ababa
Located adjacent to Lake Hawassa.
6. It is expected that the Request for Proposals will be issued in January 2021
7. Initial Selection will be conducted through the 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 dated January 2011 and revised July 2014 (“Procurement Guidelines”), and is open to all eligible Applicants as defined in the Procurement Guidelines.
8. Interested eligible Applicants may obtain further information from the Water Development Commission (WDC) at the address below during office hours 08:30 am to 4:00 pm local time.
9. A complete set of Initial Selection documents in English language may be obtained for free, by interested Applicants on the submission of a written application to the address below or by email or in person at the address below.
10. Applications for Initial Selection should be submitted in clearly marked envelopes and delivered to the address below in the manner provided in the IS document by 2:00 pm (14:00 local time) local time on 30th October 2020.Late applications may be rejected.
Water Development Commission (WDC)
Attn: Nuredin Mohammed, Director, Engineering, Procurement and