The Representation Office of the United Nations High Commissioner for Refugees (UNHCR) in Ethiopia, Addis Ababa invites competent, reputable and registered companies(international) to participate in the below tender:
REQUEST FOR PROPOSAL-Construction of fence and Levelling of the Compound in UNHCR Aysaita residence-RFP/HCR/AA/2020/005
The closing date is 09 November 2020- 16H00- Ethiopian time Details of the above-mentioned bid document should only be requested through email, by sending your request to ETHADSMS@unhcr.org.
Working hours: Monday to Thursday from 09:00-12:00 and 14:00-16:00 Friday from 09:00-14:00
Tender documents can be requested effective from 26 October to 07th November 2020.
The tender submission should comply with requirements raised in the request for proposal document and must be type-written/computer-generated/PDF.
Closing date for receipt of tender documents is 09 November 2020- 16H00 Ethiopian Time . No submission after this deadline shall be accepted.
SNNPRS Wolaita zone Finance and Economy Development Department collaborating with Wolatita zone Water mines and energy Department hereby invites wax-sealed bids, from qualified and eligible Bidders class described below licensed in water well drilling for Drilling and construction of Four (4) Deep Boreholes stated as followsNoProject nameBid NoWoreda /site namesTarget DepthBudgets sourceLot-1 Drilling and construction of Four (4)Deep Boreholes in Hobicha,Abela Abaya, Kawo Koyisha and Duguna fango woredas wolaita zoneWZWMED BH/SWIZC01/2013 NCBBosa wanche350 meterZone Capital Abela Abaya300 meterKawo Koisha300 meterDuguna Fango300 meter
Bidders should present renewed (for 2012 E.C) business license, registration certificate for VAT, TIN, Evidence for PPA registration and renewed (for 2012 E,C) water resource certificate Registration.
Bidders shall obtain bid documents upon payment of non-refundable birr 200.00 for each document from the Wolaita Zone Finance and Economy Development Department
Bids shall be valid for a period of sixty (60) days after the date of Bid opening.
Bids should be accompanied by a bid Security”fleth Birr 100,000.00 /One Hundred Thousand Birr/ in an acceptable form of (CPO or Bank Guarantee), and shall remain valid and open for acceptance for a period of 90 days after the date of bid opening. Insurance bond is not acceptable.
Bidders are invited to submit financial and technical proposals original and copy separately enclosed in wax closed sealed envelope and the number of copies of both financial & technical documents is three.
Bids must be delivered to the wolaita zone finance and economy development department Procurement, Finance and Property Adm. Main work Process, Wolaita sodo, Telephone number 0465512116, at or before 2:30 p.m. (8:30 afternoon at local time) on 21″ calendar day from the date of this announcement on Ethiopian News Paper. If the 21s day is not a working day or the date of the National holiday, the bid submission will be on the next working day at the same time and venue. Electronic bidding will not be permitted.
Bids will be opened in the presence of bidders and/or their authorized representatives at the last date of bid submission, at 3:00 PM (9:00 afternoon at local time) in the afternoon at the Wolaita Zone Finance and Economy Development Department.
The Departments (WZWMED and WZFEDD) reserves the right to reject all or parts of the bid.
Full Address: Wolaita zone finance and Economy development department and wolaita zone water, mines, and energy department. Next to higher court building (new building of wolaita zone administration) for WZFEDD and In front of Wolaita Sodo university for WZWMED.
Right To Play(RTP) is an international non-governmental organization (INGO) registered with the Ethiopian Charities and Societies Agency with a mission to use sport and play to educate and empower children and youth to overcome the effects of poverty, Conflict and disease in disadvantaged communities. Right to play works in over 20 countries in Africa, Asia, Middle East and in Latin America.
Right To Play (RTP) Ethiopia invites all interested and eligible constructors to bid for Rehabilitation of four football fields at Bambasi, Tsore and Sherkole Refugee Camps in Benishangul Gumuz Region. The construction is expected to commence immediately and completed within 20 days. The bid is separated in to two lots as follows:
Lot 1- Rehabilitation of football field at Bambassi and Sherkole refugee primary schools
Lot 2- A Football Field at Tsore Refugee School and Spectator Seats at Kibur Amsa
Guidelines
1. Bidders should have of
Construction License GC/BC-7 and above valid for 2012 E.C.
Renewed construction and trade license for the year 2012 E.C
VAT Registration Certificates
must provide TAX clearance that demonstrate eligibility to participate for a bid in 2013 E.C
2. A complete set of bidding documents, including tender guidelines, Bill of Quantities and drawings can be collected from
RTP’s Country office at: Stadium near to Federal Transport Authority,
An Business Center, 3rd Floor, Tel +251-114-67000
Kirkos Sub City, Addis Ababa
Or
RTP’s Project Office: Jafar Building, Ground Floor, No 03
In front of Yetebaberut, Assosa, Benishangul Gumuz Region.
3. All bids must be accompanied by a bid security of ETB 10,000.00 in an acceptable form (CPO or Bank Guarantee) prepared in the name of RIGHT TO PLAY: and must be submitted with separate envelop along with Technical Proposal.
4. A separate Technical and Financial Proposal should be submitted both having One Original and copies in a waxed sealed and stamped envelopes to the RIGHT TO PLAY Office in Addis Ababa not later than October 26, 2020 at 2:30PM.
5. Bid will be closed at 2:30 PM on October 26, 2020 and will be opened at 9:00PM on October 26, 2020 at the presence of the bidders or their authorized representatives who are allowed to attend the session at Right To Play’s Country Office at Addis Ababa.
6. Late bids will be automatically rejected.
7. All envelops should be waxed, sealed and stamped and should be clearly marked by the lots a contractor is bidding for.
8. RTP will award only one Lot for One Contractor. Bidders are adviser to submit their proposal only for one lot.
9. A funding for the proposed construction will be ceased in November 2021, therefore, RTP kindly advise all bidders to consider the urgency before participating the bid.
10. The working language for this tender is: English.
11. RIGHT TO PLAY- Ethiopia reserves the right to reject the whole or part of the bid without any justifications.
Right To Play Ethiopia: Addis Ababa, Kirkos Sub City, around
Stadium, near to Federal Transport Authority. An International
Building 3rd Floor, P.O.BOX 1375 Code 1250, Tel: +251-114-670002
Right To Play (RTP) is an international non-governmental organization (INGO) registered with the Ethiopian Charities and Societies Agency with a mission to use sport and play to educate and empower children and youth to overcome the effects of poverty, conflict, and disease in disadvantaged communities. Right To Play works in over 20 countries in Africa, Asia, the Middle East, and Latin America.
Right To Play(RTP) Ethiopia invites all interested and eligible constructors to bid for the construction of four (4) O’ Classrooms at Ada’a Wereda around Bishoftu Town. The construction is expected to commence on the 2nd of November and Completion 16th of December 2020. The bid is separated into two lots as follows:
Lot 1-Hambelta and Yerer Primary Schools
Lot 2-Dire and Dertu Primary schools
Guidelines
Bidders should have construction License GC/BC-8 and above valid for2012 E.C.Renewed construction and trade license for the year2012 E.CVAT Registration Certificatesmust provide TAX clearance or demonstrate eligibility to participate for bid in 2013 E.C
A complete set of bidding documents, including tender guidelines, Bill of Quantities and drawings can be collected from Right To Play’s Country office at: Stadium near to Federal Transport Authority, An Business Center, 3rd Floor, Tel +251-114-67000Kirkos Sub City, Addis Ababa
All bids must be accompanied by a bid security of ETB10,000.00 in an acceptable form (CPO or Bank Guarantee)prepared in the name of RIGHT TO PLAY: and must be submitted with a separate envelope along with TechnicalProposal.
A separate Technical and Financial Proposal should be submitted both having One Original and copies in a waxed sealed and envelopes to the RIGHT TO PLAY Office in Addis Ababa No later than October 27, 2020, at 2:30 PM.
Bid will be closed at 2:30 PM on October 27 2020 and will be opened at 9:00 PM on October 27, 2020, at the presence of the bidders or their authorized representatives who are allowed to attend the session at Right To Play’s CountryOffice at Addis Ababa.
Late bids will be automatically rejected.
All envelops should be waxed, sealed and stamped and should be clearly marked by the Lot for which a contractor is bidding for.
RTP will award only one Lot for One Contractor. Therefore, Bidders are adviser to submit their proposal only for a singleLot.
A funding for the proposed construction can cease in 2021, therefore, RTP kindly advise all bidders to consider the urgency before participating in the bid. RIP will not extend the contract period for prospective winners.
The working language for this tender is: English.
RIGHT TO PLAY- Ethiopia reserves the right to reject the whole or part of the bid without any justifications. Right To Play Ethiopia: Addis Ababa, Kirkos Sub City, aroundStadium, near to Federal Transport Authority, An International Building 3rd Floor. P.O.BOX 1375 Code 1250, Tel: +251-114-670002
1. The Government of Ethiopia has received loan from IDA towards the cost of Projects under OWNP Phase II and part of the funds cover eligible payments under the contract for drilling and construction of water wells of water supply projects.
2. Now, The Oromia Regional National State Bureau of Water and Energy Resource Development invites sealed bids from eligible bidders for the drilling & construction of 84 Shallow Wells of water supply projects in different woredas/aanaa’s.
Contact Ref No. ET-OROMIA WERDB 191979-CW-RFB
No. of wells
Woredas
ET-OROMIA WERDB-191979-CW-RFB Lot 1
6
Boneya Boshe and Bedele
ET-OROMIA WERDB-191979-CW-RFB Lot 2
19
Derra, Wuchale, Ameya and Sebeta
ET-OROMIA WERDB-191979-CW-RFB Lot 3
17
Nono and Botor-Tolay
ET-OROMIA WERDB-191979-CW-RFB Lot 4
20
Chokorsa and Sokoru
ET-OROMIA WERDB-191979-CW-RFB Lot 5
9
Gomole, Yabello and Dubuluk
ET-OROMIA WERDB-191979-CW-RFB Lot 6
13
Gelan, Dugda, Suro Barguda & Liban
3. Bidding will be conducted through the National Competitive Bidding (NCB) as specified in the World Bank Guidelines, procurement of Works, and is open to all bidders from eligible bidders’ countries in the Guidelines.
4. Award will be decided on presence of drilling machine and drilling crew on a lot base. Bidders may bid for one or more lots. However, no bidder will be awarded more than 1(one) lot for a single drilling rig and crew.
5. The interested eligible bidders may obtain further information from and inspect the bidding documents at the office of Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation office, around Olympia next to Admas University, on Amina Building second floor, room no 208, Tel. No 011 557 1306/1278, Fax: 0115571298/99, P.O.Box: 8630 Addis Ababa/Finfinne.
6. A complete set of Bidding Documents may be purchased by interested bidders on submission of a written application to the above and upon payment of a non-refundable fee of Birr 500.00 (ETB Five Hundred). Bidders are required to attach with their application, a copy of their renewed trade license, MOWIE work permit, VAT certificate, Tax clearance and TIN.
7. Bids must be submitted to the above office on or before 10:00 AM November 19/2020 and will be publicly opened at 10:15 AM on the same date and address in the presence of the bidders’ designated representatives and anyone who choose to attend. Late bids will be rejected.
8. Bids must be accompanied by a bid security of not less than 1% of the bid price for a single lot in Ethiopian Birr in the form of Bank Guarantee or CPO by the name of Oromia Water & Energy Resource Development Bureau.
9. Bureau reserves the right to reject all or part of the bid.
Address:
Oromia Water and Energy Resources Development Bureau, One WaSH
National Program Implementation Unit, Bole Road around Olympia next to Admas University Olympia Campus, on Amina Building 2nd Floor Room No. 208.
1. The Government of Ethiopia has received loan from IDA towards the cost of Projects under OWNP Phase II and part of the funds cover eligible payments under the contract for drilling and construction of water wells of water supply projects.
2. Now, The Oromia Regional National State Bureau of Water and Energy Resource Development invites sealed bids from eligible bidders for the drilling & construction of 20 Deep Water Wells of water supply projects in different woredas/aanaa’s.
Contact Ref No. ET-OROMIA WERDB-190256-CW-RFB
No. of wells
Woredas
ET-OROMIA WERDB-190256-CW-RFB Lot 1
5
Dhas, Dire, Gomole, Dubuluk & Yabelo
ET-OROMIA WERDB-190256-CW-RFB Lot 2
6
Fantale, Boset, Bora, Mida Kagn & Akaki
ET-OROMIA WERDB-190256-CW-RFB Lot 3
4
Melka Balo, Gola Oda & Kurfa Chele
ET-OROMIA WERDB-190256-CW-RFB Lot 4
5
Nono, Jibat, Midakegn, Botor Tolay & Boneya Boshe
3. Bidding will be conducted through the National Competitive Bidding (NCB) as specified in the World Bank Guidelines, procurement of Works, and is open to all bidders from eligible bidders’ countries in the Guidelines.
4. Award will be decided on the presence of drilling machines and drilling crew on a lot base. Bidders may bid for one or more lots. However, no bidder will be awarded more than 1(one) lot for a single drilling rig and crew.
5. The interested eligible bidders may obtain further information from and inspect the bidding documents at the office of Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation office, around Olympia next to Admas University, on Amina Building second floor, room no 208, Tel. No 011 557 1306/1278, Fax: 0115571298/99, P.O.Box: 8630, Addis Ababa/Finfinne.
6. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Birr 500.00 (ETB Five Hundred). Bidders are required to attach with their application, a copy of their renewed trade license, MOWIE work permit, VAT certificate, Tax clearance, and TIN.
7. Bids must be submitted to the above office on or before 10:00 AM November 18/2020 and will be publicly opened at 10:15 AM on the same date and address in the presence of the bidders’ designated representatives and anyone who choose to attend. Late bids will be rejected.
8. Bids must be accompanied by a bid security of not less than 1% of the bid price for a single lot in Ethiopian Birr in the form of Bank Guarantee or CPO by the name of Oromia Water & Energy Resource Development Bureau.
9. Bureau reserves the right to reject all or part of the bid.
Address: Oromia Water and Energy Resources Development Bureau, One WaSH National Program Implementation Unit, Bole Road around Olympia next to Admas University Olympia Campus, on Amina Building 2nd Floor Room No. 208
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 Alidoro Town (North Shawa Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for the 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 8:30 A.M. to 5:30 P.M. at the address given below.
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 non-refundable fee of 800.00 (Eight Hundred) in Cash.
Bids must be delivered to the address below on or before November 23/2020. 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 November 23/2020. The Bureau reserves the right to accept or reject all or parts of the bid.
Bid must be accompanied by a Bid Security of ETB 345,000.00 (Three Hundred forty-five Thousand) in Ethiopian Birr or its equivalent in freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
Average annual turnover of ETB 51,600,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last five years and specific experience of at least one similar contract in the last five years with ETB value 35,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):
Address: Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit, Bole Road around Olympia next to Admas University Olympia Campus, on Amina Building 2nd Floor Room No. 208.
By OROMIA WATER & ENERGY RESOURCE DEVELOPMENT BUREAU
Program: One WaSH National Plan-CWA Phase II
Country: The Federal Democratic Republic of Ethiopia
Region: Oromia National Regional State
Contract Title: Civil Work, Supply & Installation of Pipes & Fittings & Supply &Installation of
Electromechanical Equipment’s of Alidoro TWSSPContract Reference No: ET-OROMIA WERDB-190255-CW-RFB
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 Alidoro Town(North Shawa Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource DevelopmentBureau now invite sealed bid from eligible Bidders for the 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 & EnergyResource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. at the address given below.
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 non-refundablefee of 800.00 (Eight Hundred) in Cash.
Bids must be delivered to the address below on or before November 23/2020. 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 chooses to attend at the address below on November 23/2020. The Bureau reserves the right to accept or reject all or parts of the bid
The bid must be accompanied by a Bid Security of ETB 345,000.00 (Three Hundred forty-five Thousand) in Ethiopian Birr or its equivalent in freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
Average annual turnover of ETB 51,600,000.00 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 35,000,000.00are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):Adress: Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit, Bole Road around Olympia next to AdmasUniversity Olympia Campus, on Amina Building 2nd Floor Room No. 208.P.O.Box: 8630Tel. 011 557 1306/1274/78, Fax: 011 557 1298/99
The Government of Ethiopia has received loans from IDA towards the cost of Projects under OWNP Phase II and part of the funds cover eligible payments under the contract for drilling and construction of water wells of water supply projects.
Now, The Oromia Regional National State Bureau of Water and Energy ResourceDevelopment invites sealed bids from eligible bidders for the drilling & construction of20 Deep Water Wells of water supply projects in different woredas/aanaa’s.
Contact Ref No. ET-OROMIA WERDB190256-CW-RFB
No. ofwells
Woredas
ET-OROMIA WERDB-190256-CW-RFB Lot 1
5
Dhas, Dire, Gomole, Dubuluk
& Yabelo
ET-OROMIA WERDB-190256-CW-RFB Lot 2
6
Fantale, Boset, Bora, Mida Kagn
& Akaki
ET-OROMIA WERDB-190256-CW-RFB Lot 3
4
Melka Balo, Gola Oda
& Kurfa Chele
ET-OROMIA WERDB-190256-CW-RFB Lot 4
5
Nono, Jibat, Midakegn,
Botor Tolay & Boneya Boshe
3. Bidding will be conducted through the National Competitive Bidding (NCB) as specified in the World Bank Guidelines, procurement of Works, and is open to all bidders from eligible bidders’ countries in the Guidelines.
4. Award will be decided on the presence of drilling machines and drilling crew on a lot base. Bidders may bid for one or more lots. However, no bidder will be awarded more than1(one) lot for a single drilling rig and crew.
5. The interested eligible bidders may obtain further information from and inspect the bidding documents at the office of Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation office, around Olympia next to AdmasUniversity, on Amina Building second floor, room no 208, Tel. No 011 557 1306/1278,Fax: 0115571298/99, P.O. Box: 8630, Addis Ababa/Finfinne.
6. A complete set of Bidding Documents may be purchased by interested bidders on submission of a written application to the above and upon payment of a non-refundable fee of Birr500.00 (ETB Five Hundred). Bidders are required to attach with their application, a copy of their renewed trade license, MOWIE work permit, VAT certificate, Tax clearance andTIN.
7. Bids must be submitted to the above office on or before 10:00 AM November 18/2020 andwill be publicly opened at 10:15 AM on the same date and address in the presence of thebidders’ designated representatives and anyone who choose to attend. Late bids will berejected.
8. Bids must be accompanied by a bid security of not less than 1% of the bid price for a singlelot in Ethiopian Birr in the form of Bank Guarantee or CPO by the name of Oromia Water& Energy Resource Development Bureau.
9. Bureau reserves the right to reject all or part of the bid.
Address:
Oromia Water and Energy Resources Development Bureau, One WaSH NationalProgram Implementation Unit, Bole Road around Olympia next to AdmasUniversity Olympia Campus, on Amina Building 2nd Floor Room No. 208
The Government of Ethiopia has received loans from IDA towards the cost of projects under OWNP Phase II and part of the funds cover eligible payments under the contract for drilling and construction of water wells of water supply projects.
Now, The Oromia Regional National State Bureau of Water and Energy Resource Development invites sealed bids from eligible bidders for the drilling & construction of 84 Shallow Wells of water supply projects in different woredas/aanaa’s.
Contact Ref No. ET-OROMIA WERDB 191979-CW-RFB
No. ofwells
Woredas
ET-OROMIA WERDB-191979-CW-RFB Lot 1
6
Boneya Boshe and Bedele
ET-OROMIA WERDB-191979-CW-RFB Lot 2
19
Derra, Wuchale, Ameya and Sebeta
ET-OROMIA WERDB-191979-CW-RFB Lot 3
17
Nono and Botor-Tolay
ET-OROMIA WERDB-191979-CW-RFB Lot 4
20
/Chokorsa and Sokoru
ET-OROMIA WERDB-191979-CW-RFB Lot 5
9
Gomole, Yabello and Dubuluk
ET-OROMIA WERDB-191979-CW-RFB Lot 6
13
Gelan, Dugda, Suro Barguda &
Liban
3. Bidding will be conducted through the National Competitive Bidding (NCB) as specified in the World Bank Guidelines, procurement of Works, and is open to all bidders from eligible bidders’ countries in the Guidelines.
4. Award will be decided on the presence of drilling machines and drilling crew on a lotbase. Bidders may bid for one or more lots. However, no bidder will be awarded more than 1(one) lot for a single drilling rig and crew.
5. The interested eligible bidders may obtain further information from and inspect the bidding documents at the office of Oromia Water & Energy ResourceDevelopment Bureau, One WaSH National Program Implementation office, around Olympia next to Admas University, on Amina Building second floor, room no 208, Tel. No 011 557 1306/1278, Fax: 0115571298/99, P.O.Box: 8630,Addis Ababa/Finfinne.
6. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of an anon-refundable fee of Birr 500.00 (ETB Five Hundred). Bidders are required to attach with their application, a copy of their renewed trade license, MOWIEwork permit, VAT certificate, Tax clearance, and TIN.
7. Bids must be submitted to the above office on or before 10:00 AM November 19/2020 and will be publicly opened at 10:15 AM on the same date and address in the presence of the bidders’ designated representatives and anyone who choose to attend. Late bids will be rejected.
8. Bids must be accompanied by a bid security of not less than 1% of the bid price for a single lot in Ethiopian Birr in the form of Bank Guarantee or CPO by the name of Oromia Water & Energy Resource Development Bureau.
9. Bureau reserves the right to reject all or part of the bid. Address:
Oromia Water and Energy Resources Development Bureau, One WaSHNational Program Implementation Unit, Bole Road around Olympia next to Admas University Olympia Campus, on Amina Building 2nd Floor RoomNo. 208.
The Government of Ethiopia has received a Credit/Grant from different financers (WB, KOICA, DFID, ADB, 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 Alidoro Town (North Shawa Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for the 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 BorrowersJuly 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 8:30 A.M. to 5:30 P.M. at the address given below.
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 non-refundablefee of 800,00 (Eight Hundred) in Cash.
Bids must be delivered to the address below on or before November 23/2020. 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 November 23/2020. The Bureau reserves the right to accept or reject all or parts of the bid.
The bid must be accompanied by a Bid Security of ETB 345,000.00 (Three Hundred forty-five Thousand) in Ethiopian Birr or its equivalent in freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
Average annual turnover of ETB 51,600,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last five years and specific experience of at least one similar contract in the last five years with ETB value 35,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):
Address: Oromia Water & Energy Resource Development Bureau,
One WaSH National Program Implementation Unit,
Bole Road around Olympia next to Admas University
Olympia Campus on Amina Building 2nd Floor Room No. 208.
National Competitive Bidding (NCB) Procurement Reference Number AB 14/2019/20
Awash Bank brutes sealed bids from eligible bidders for supply Delivery, Installation and making ready to use the under-listed items for different beaches to be opened in 2020/21 budget year & Existing branches. S.NDescription LOT-11Supply & &fix different types of counter desks and Office Desks LOT-22Supply & fix Interior works as per the bank’s specification & design Interior work includes drywall panel gypsum board ceiling, electrical installation works, painting works & logo
The Bank will enter into a contractual agreement with selected bidders for one year starting from signing the contract.
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 Procurement Division of Awash Bank located at Awash Towers 10th floor room No 10-04 upon producing receipt of a non-refundable fee of Birr 100.00 /One Hundred/ for each lot by depositing in Account Number 01540000544500, at AWASH BANK, FINFINE BRANCH, located at the Bank’s Head Quarter Building (Awash Tower), Ground floor during office hours (Monday to Friday 8:00 AM-12:00 PM; 1:00 PM-4:30 PM and Saturday 8:00AM12:00PM) starting from October 20, 2020, upon presentation of a copy of renewed Trade license, Certificate of registration, Tax Clearance Certificate, 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) for LOT-1 and > Birr 50,000 (Fifty thousand) for LOT-2 in the form of unconditional and irrevocable bank Guarantee from other banks or Cashier’s Payment Order (C.P.O) from any local Bank.
Bid documents must be deposited in the bid box prepared for this purpose on or before November 04, 2020, at 10:00 AM in the above-mentioned address.
Bid opening shall be held at the office of Shared Services Directorate Awash Tower 10th floor in the presence of bidders and/or their representatives who, wish to attend on November 04, 2020, at 10:30 AM for LOT-1 and at 11:00 AM for LOT-2
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84.
Failure to comply with any of the conditions from items 2 to 6 above shall entail automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully
CONSTRUCTION WORKS OF DEBRE MARKOS – DIGUA TSION – MOTA ROAD PROJECT
CONTRACT 1: DEBRE MARKOS – KM 60.56 (60.56 KM) and
CONTRACT 2: KM 60.56 – MOTA (57.81 KM)
INVITATION FOR BIDS
The Federal Democratic Republic of Ethiopia (FDRE) has applied for financing from Saudi Fund for Development (SFD) for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project.
The Ethiopian Roads Authority (ERA) on Behalf of the FDRE invites international eligible Contractors (including all members of a joint venture and all Subcontractors of bidders) for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project. The Road Project is to be constructed in two separate Contracts, Contract 1: Debre Markos – Km 60.56 (60.56 Km) and Contract 2: Km 60.56 – Mota (57.81 Km).
In general, the proposed Debre Markos – Digua Tsion – Mota Road Project consists of construction of 60.56 Km and 57.81 Km roads to Asphalt Concrete surfacing to ERA DC5 standard (ERA’s Geometric Design Manual – 2013).
The works also include the construction of minor and major drainage structures. Rural sections shall have a road carriageway width of 7.0m (with 1.5m and 0.5m sealed with Single Bituminous Surface Treatment shoulders on each side for flat/rolling sections and mountainous sections respectively). For town sections; Zonal seat shall have 2.5m median width with both sides having 3.5m parking lane, 3.5m Carriageway, and 2.5m walkway, and Woreda seats shall have 7m carriageway with 3.5m parking lane and 2.5m walkway on each side. Whereas, Kebele seats shall have a 7m carriageway with 2.5 m paved shoulder on each side. The time of completion for each project is 42 months (1278 calendar days) including a mobilization period of 120 calendar days.
4. Eligible Applicants may obtain further information from, and inspect and acquire the Bidding Documents, at:
Address: Ethiopian Roads Authority (ERA)
Ras Abebe Aregay Street
ERA Head Office, New Building Block B,
1st Floor, Office No. 102,
P.O. Box 1770
Addis Ababa, Ethiopia.
Tel.No. +251-11-833 29 81/ 515-30-15
Fax No. (251 11) 551-48-66/554 44 34
5. Bidders may obtain a complete set of bidding documents at the above office starting from October 19, 2020, and upon payment of a non-refundable fee of 300 US$ (Three Hundred US Dollars) or 10,000 ETB (Ten Thousand Ethiopian Birr) for each project. Payment shall be made in cash, bank certified check or telegraphic transfer to the Employer’s Bank Account in the Commercial Bank of Ethiopia-Sengatera Branch through Account No.01715-33144600.
The document will be sent by registered airmail if required so by the bidder but under no circumstances will the procuring entity be held responsible for late delivery or loss of the documents so mailed.
6. Bidding will be conducted through the International Competitive Bidding (ICB) procedure specified in the bidding documents and is open to all eligible bidders. The minimum General and Specific Construction Experience is as shown below;
Table 6.1: Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km)
Item No.
Qualification Criteria
Minimum Requirement
1
Annual Construction Turnover
USD 26.0 Million (Average Construction Turnover)
2
Liquid Asset /Cash Flow requirement
USD 5.0 Million
3
General Construction Experience
5yrs Firm Experience in Construction
4
Specific Construction project experience
Two (2) new Asphalt Concrete (AC) road construction or rehabilitation or upgrading each with a value of USD 36 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed)
5
Specific construction experience in key activities
Item No.
Item Description
Unit
Quantity
1
Earthwork; cut & borrow to fill, cut to spoil(common and Intermediate/rock excavation)
M3/year
734,000.00
2
Gravel Sub base
M3/year
51,000.00
3
Crushed Stone base
M3/year
40,000.00
4
Asphalt Concrete (AC) Surface Dressing
M2/year
185,000.00
Table 6.2: Debre Markos – Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km)
Item No.
Qualification Criteria
Minimum Requirement
1
Annual Construction Turnover
USD 26.0 Million (Average Construction Turnover)
2
Liquid Asset /Cash Flow requirement
USD 5.0 Million
3
General Construction Experience
5yrs Firm Experience in Construction
4
Specific Construction project experience
Two (2) new Asphalt Concrete (AC) road construction or rehabilitation or upgrading each with a value of USD 35 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed)
5
Specific construction experience in key activities
Item No.
Item Description
Unit
Quantity
1
Earthwork; cut & borrow to fill, cut to spoil(common and Intermediate/rock excavation)
M3/year
1,000,000 .00
2
Gravel Sub-base
M3/year
45,000.00
3
Crushed Stone base
M3/year
38,000.00
4
Asphalt Concrete (AC) Surface Dressing
M2/year
174,000.00
7. The bidding procedure to be followed is a two-envelope procedure. The post-qualification documents and financial offers should be sealed in two separate envelopes. The first envelope containing the post-qualification application and bid security is clearly marked “Post Qualification Application and Bid Security” and the second envelope that contains the offer is marked “Submission of Offer” for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km) for Contract 1 and “Submission of Offer” for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km) for Contract 2 and the two envelopes shall also be enclosed by an outer envelope marked “Post Qualification Application and Offer for Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km)” for Contract 1 and “Post Qualification Application and Offer for the Construction Works of Debre Markos Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km)” for Contract 2.
Evaluation is also to be carried out in two stages, the post-qualification application and the bid security will be opened first and the qualification evaluation will be undertaken. The bid that is responsive to the minimum post-qualification criteria will be opened for further evaluation. The offers of those bidders who fail the minimum qualification criteria shall be returned unopened after the award of the contract.
8.All bids must be accompanied by security in the form and amount specified in the bidding documents, and delivered to:
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay Street
P. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-515 66 03
Fax. +251-11-5514866
On/or before December 22, 2020, at 2:30 PM.
The Bids shall be prepared in one original and four copies. Bids for each project must be accompanied by a bid security of USD 1,000,000.00 (United States Dollar: One Million) or Equivalent in a format acceptable to the Employer for each project/contract. Late bids will be rejected. Post-Qualification Application and Bid security of the bidders will be opened immediately thereafter in the presence of the Contract Award Committee and bidders’ representatives who choose to attend on the final date and time of bid submission and at the address stated here above.
9.The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.
Name of Project: CR- Water Supply and Sanitation Project
Contract Title: Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Cen- ter RPS Kebeles found in Sherkole Woreda that located in Assosa Administrative Zone of the Benshangul Gumuz National Regional State
Reference No.: BG/OWNP/W/02/2020
The Federal Democratic Republic of Ethiopia has budget toward the cost of the CR-Water Supply and Sanitation Project and intends to apply part of the budget toward payments under the contract for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Center RPS Kebeles.
The Water Development Commission (WDC) now invites sealed bids from eligible bidders for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Center RPS Kebeles.
Bidders shall furnish documentary evidence that it meets the following requirement(s);
Bidders must have undertaken at least 1(one) Contract successfully completed the implementation of the civil construction, supply & installation of pipes & fittings & supply & installation of electromechanical equipment with a budget of at least ETB 18,421,550.00 (Eighteen Million Four Hundred Twenty-One Thousand Five Hundred Fifty) with a similar size, nature, and complexity during the last 5 (five) years supported with names of clients, type and value of the contract.
Audited financial statements of the firm for the last 5 (five) years to confirm an average annual financial turnover of ETB 22 (twenty-two) million.
Documentary evidence for liquid asset and credit facility of ETB 7 (seven) million.
The intended completion period for the whole of the Works shall be 10 (ten) months from the start date.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the Federal Public Procurement Directive June 2010.
Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. local time at the address given below.
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 non-refundable fee of ETB 500.00 (Five Hundred only). The method of payment will be in cash
Bids must be delivered to the address below on or before 16 November 2020 at 2:00 p.m. Late bids
Will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on 16 November 2020 at 2:30 p.m.
All bids must be accompanied by Bid Security of ETB 230,000.00 (two hundred thirty thousand) in the form of unconditional Bank Guarantee or CPO.
The address referred to above is:
Water Development Commission, Haile Gebresilasie Avenue, Room Number 114, Addis Ababa, Ethiopia. Attention to: Mr. Jagama Kebeta, Engineering, Procurement Section A/Coordinator, P.O.BOX: 13/1076,
Contract Title: Drilling and Construction of three Deep WaterWells For Daro-LabuCRWASH Multi Village Water SupplyProject.Reference No. ET-WDC-192686-CW-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank for the implementation of the Water Supply, Sanitation & Hygiene program(One WashNational Program phase-II) in the country. The WaterDevelopment Commission (WDC) intends to apply part of the proceeds to cover eligible payments under the contract for construction of Drilling and Construction of three DeepWater Wells For Daro- LabuCRWASH Multi Village WaterSupply Project in Oromia Region, West Hararghe Zone. WDCnow invites sealed bids from eligible bidders for the above-mentioned works.
Bidding will be conducted through the National competitive bidding (NCB) procedures as specified in the World Bank’s”Procurement Regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018″), and is open to all eligible bidders as defined in the Procurement Guideline.
Key Qualification Requirements are Financial Capability: 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 construction cash flow requirements estimated as ETB24,000,000.00 for subject contract(s) net of the Bidder’sother commitments. Average Annual Construction Turnover: Minimum average annual construction turnover of ETB 27,600,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last 5 (five)years specific Construction & Contract Management Experience: A minimum of 2(two) similar contracts that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2017 and application submission deadline with a minimum value of ETB19,200,000.00Note: Detail Qualification requirement will be provided in the bidding document.
Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30 AM to 5:00 PMLocal time at the address given below.
A complete set of bidding documents in the English Language may be purchased by interested bidders upon the submission of a written application to and upon payment of a non-refundable fee of ETB 500.00 (five Hundred) or equivalent amount in freely convertible currency.
Bids must be delivered to the address below on or before November 17, 2020 at 14:00 hours (2:00 P.M). 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 November 17, 2020, at 14:30hours2:30 PM)
All bids must be accompanied by a Bid Security of ETB250,000.00 (ETB Two Hundred Fifty Thousand) or in freely convertible Currency
The address referred to above is:
Ministry of Water Irrigation and Energy, WaterDevelopment Commission, Haile Gebresilassie Avenue,
Room Number 114.
Attention to: Mr. Nuredin Mohammed, Engineering, Procurement, and Contract Management Directorate,