The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

Ethiopia

South Design and Construction Supervision Enterprise intend to procurecore drilling service for Gambela Region Gilo large scale irrigation project study works.

Published on:Addis Zemen ( Nov 11, 2020 )Place of Bid Competitions:Hawassa.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

INVITATATION FOR core drilling service BID

NCB BID 013/2013

South Design and Construction Supervision Enterprise intend to procurecore drilling service for Gambela Region Gilo large scale irrigation project study works..

Personnel requirements

The Drilling Contractor shall provide capable and experienced personmeno brezhoni), nel to perform the work. The Drilling Contractor’s project manager shall be an Engineering Geologist or drilling engineer with at least 10 years of drilling experience who shall be responsible for site operations. At each drill site, the Drilling Contractor shall also provide an Engineering Geologist or drilling engineer with at least 4 years’ experience and other suitable to perform the work. Changes in personnel during the execution of the contract “shall be done subject to the approval of the Supervisor or Designated Representative. The Drilling Contractor shall be fully operational, with the drilling unit and installation crew working within twoweeks of commencing core drilling construction.

The Contractor shall submit with his Geotechnical Plan, an organizational chart showing the structure of the working team and the number of personnel who will be employed for the works. The Contractor shall submit qualifications of its personnel to the client SDCSE at the time of submissions Technical Proposal.

Material requirement

  • The equipment shall include heavy duty drilling rigs provided with hydraulic feed mechanisms to facilitate obtaining undisturbed soil samples in overburden and cores in the rock. Drill rods should have a minimum outer diameter of 76mm supplied by the specialized manufacturer. Rods and joints have to be in perfect condition to avoid failures and deviation of boreholes..
  • The toe to the lining shall no time be more than 1.0 m above the level to which soil has been removed from the borehole. Before taking any undisturbed samples or making any in-situ tests, the lining shall be carried down to the bottom of the bore holes at the test depth. The Contractor shall use an adequate number of drilling rigs for core diameters of at least 76.2mm (NX-Size) both in rock and overburden. Larger diameter cores maybe specifically requested by the Client forlaboratory testing.
  • The machines shall be mobile or type so that small crews can reasonably be expected to move them across difficult terrain. No additional allowance or payment will be made for penetration of boulders, cementing, and use of bentonite circulation and reaming of the hole.
  • Cementing and bentonite circulation may only be applied after approval of the Client. The Contractor shall provide all necessary water, water tanks and suitable means of pressurizing for cleaning casing prior to sampling, coring rock etc.
  • The Contractor shall provide such platforms as may be necessary maintain drill rigs level when making horizontal or vertical borings on sloped land, soft ground and similar.
  • The Contractor shall provide pontoons and such platforms as may be necessary to maintain drillrigs level when making vertical borings in the middile of a river.
  • Coring of rock and undisturbed sampling shall be done with rigs mounted on a fixed platform to avoid any crucial disturbance
  1. Detail information is indicated in a separate complete set of separate bidding document (TOR) which are FREE OF CHARGE.
  2. Bidders should have relevant license renewed & valid for the year 2012 E.C, TIN certificate
  3. The bid must be delivered wax sealed to the South Design and Construction Supervision Enterprise procurement administration service office No 23 Hawassa and put into the tender Box prepared for the tender, at or before 2:30 PM on 15th days of this announcement on newspaper.
  4. The bid document should be prepared in Technical and financial one original and one copy dully marked “original & copy” on the Envelop. Financial and technical offers must be submitted with our format in the bid document.
  5. Bid will be closed at 2:30 PM (8:30 local time) on 15th days of the announcement and immediately opened at 3:00pm in the presence ofbidders or their legal representatives who are interested tỞ attend at Şouth Design and Construction Supervision Enterprise procurement woll administration service office No 23 Hawassa city. If the 15th day, is not a working day the closing and opening of the bid will take place on the next working day at the same time and the same venue.
  6. Sealed bid should be delivered accompanied by 2% bid security of the total cost, in an acceptable bank guarantee (CPO) or certified cheque, valid for 120 days after bid opening.
  7. The enterprise reserves the right to cancel all or parts of the bid. Interested bidders may obtain further information from South Design And Construction Supervision Enterprise procurement administration service office No 23 Hawassa city, Tel .046 212 5426,

Full address: – South Design and Construction Supervision Enterprise located on the Hawassa university avenue besidesSNNPR Road Authority, Hawassa.

Socio Economic Study Consultancy Service:

Published on:Ethiopian Herald ( Nov 10, 2020 )Place of Bid Competitions:Jigjiga
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

Invitation for Expression of Interest

The Ministry of Urban Development & Housing, Federal Democratic Republic of Ethiopia, with support from the World Bank and the Agence Francaise de Development (AFD is implementing the Urban Institutional and Infrastructure Development Program (UIIDP). The UIIDP will provide Performance Grants (PGs) for investments in infrastructure and services and in capacity building to enhance the institutional and organizational performance of participating Urban Local Government portion of this Grants has been allocated for Jigjiga City Administration towards the cost for infrastructure construction works and capacity building

Jigjiga City Administration now invites qualified firms to submit their sealed expression of interest for the Consultancy service entitled: comprehensive Consultancy service for Socio Economic Study Consultancy Service: Socio Economic Study

Procurement reference number: JJ/CIP/C/001/20/21

Expected Output: Consultancy Service for Socio Economic Study Jigjiga city Detailed Tasks will Be Specified in the Terms of Reference and Request for Proposals to be provided to The Short-Listed Firms.

  1. Time for completion of the assignment: the estimated completion period of this particular assignment is for four months
  2. Qualification required of the Consultant: Consulting  Firms Should Be Registered by The Ministry of Urban Development Housing and Construction or Appropriate Regional Body With A Minimum of 4 Years General Experience and Performing at Least 2 Assignments of Similar Nature & Volume.
  3. The Short-Listing Criteria Are: – General Experience. Relevant/Related Experience on Similar projects (with reference letters & agreements). Availability and experience of key staffs: Urban planning, Economist, Sociologist and Environmentalists. But Not Limited, consultants can associate to enhance their Qualification/ Performance,
  4. Interested qualified firms are invited to submit all  the required documents sealed and stamped to Jigjiga City Administration, office of finance, room number. 2 starting from the date advertised on the Ethiopian Herald
  5. Expression of interest along with documentary evidences must be delivered in two hard copies to the address below on or before November 23, 2020 at 3:30 PM (afternoon). Late submissions shall be rejected.
  6. Consultants may obtain further information from the address below during office hours. 2:30.A.M12:30 AM and 2:00 PM -5:30 PM from Monday to Thursday from 2:30 AM-11:00 AM and 2:00 PM5:30P.M on Friday

SRS-Jigjiga City Administration Office of

Finance and Economic Development

Back of UNHCR Guest House

Mob: +251911053103

Jigjiga, Ethiopia

EIA Study for UIIDP Projects

Published on:Ethiopian Herald ( Nov 10, 2020 )Place of Bid Competitions:Jigjiga
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

Invitation for Expression of Interest

Jigjiga City- Administration now invites qualified firms to submit their sealed expression of interest for the Consultancy service entitled: Comprehensive EIA Study for UIIDP Projects

Consultancy Service: EIA Study for UIIDP Projects

Procurement reference number: JJUIIDP/C/003/20/21

Expected output: Comprehensive development of EIA Study for UIIDP Projects of Jigjiga City Administration. Detailed Tasks will be Specified in

The Terms of Reference and Request for Proposals to be provided to The Short-Listed Firms.

  1. Time for completion of the assignment: the estimated completion period of this particular assignment is for four months.
  2. Qualification required of the Consultant: Consulting Firms should be Registered by the Ministry of Urban Development Housing and Construction or Appropriate Regional Body, with a minimum of 4years General Experience and Performing at Least 2 Assignments of similar Nature & Volume.
  3. The Short-Listing Criteria Are:- General Experience. Relevant/Related Experience on similar projects (with reference letters & agreements). Availability and experience of key Staffs urban engineer/ Urban planner/ Designer and Environmentalists. But Not Limited Consultants can Associate to Enhance. Their Qualification/Performance
  4. Interested qualified firms are invited to submit all the required documents sealed and stamped to Jigjiga City Administration, office of finance, room number 2 starting from the date advertised on The Ethiopian Herald.
  5.  Expiration of Interest Along with Documentary Evidences must be delivered in two Hard Copy to the Address below on or before November 23, 2020 at 3:30 PM (afternoon). Late submissions shall be rejected.
  6. Consultants may obtain further information from the address below during office hours 2:30 A.M12:30 AM and 2:00 PM -5:30 PM from Monday to Friday from 2:30 A.M-11:00 A.M and 2:00 P.M -5:30P.M

SRS -Jigjiga City Administration Office of Finance and Economic Development

Back of UNHCR Guest House

Mob +25191.10531007

Jigjiga, Ethiopia

Consultancy service for the Preparation of Standard Latrine Designs for urban and rural areas.

Published on:Ethiopian Herald ( Nov 6, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION)

  • COUNTRY: Federal Democratic Republic of Ethiopia
  • NAME OF PROJECT: ODF Project
  • Assignment Title: Consultancy service for the Preparation of Standard Latrine Designs for urban and rural areas.
  • Reference No.: WDC-CS-04-0CBS

Water Development Commission has secured budget from the Government of Ethiopia toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for Consultancy service for Preparation of Standard Latrine Designs for urban and rural areas.

Objective

The ultimate general objective of the assignment is to developing a standard latrine catalog so as to improve the health status of the community and create healthy and productive citizens by creating sustainable latrine infrastructure that hygienically contains human excreta and break disease transmission routes.

The specific objectives of this particular assignment are:

  • to assess and review the existing public, communal/ shared toilets, Individual House Hold Toilets (IHHTS), institution toilets which are currently functional and non-functional and propose guidance for their rehabilitation and upgrading as appropriate 
  • to prepare a standard latrine catalog with the complete design document and user manual for various types of latrines required for households, communities, public spaces and institutions, tourist attractions, and transport routes and facilities.

Scope

The general scope of work is described as presented in the TOR. The execution of the following tasks is expected to be accomplished during the consultancy service. There are four major tasks that should be carried out by the consultant to accomplish the assignment.

  • Review of available latrine standards
  • Produce the technical design of latrines for new, upgrading, and rehabilitation
  • Latrine catalog preparation
  • User manual preparation and
  • Training material preparation and training of trainers

The assignment will be in the form of a Lump sum. Accordingly, the estimated professional staff-months are 31. The assignment will be expected to start in the First week of March 2021 & the implementation period is also 6 months. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Water Development Commission (WDC) now invites eligible consulting firms to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The shortlisting criteria are: – core business and years in business, relevant experience, the technical and managerial capability of the firm.

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Public Procurement Agency (PPA) Consultant Guidelines, Further information can be obtained at the address below during office hours 9:00 AM to 12:00 AM in the morning and from 1:30PM to 5:00PM in the afternoon.

Expressions of interest must be delivered in a written form to the address below in person, or mail, or by e-mail (PDF Format) by Nov 20, 2020, on or before 4:00 PM. Attn: Mr. Nuredin Mohammed, Engineering Procurement & Contract Management Directorate Director.

Postal address: 13/1076

Street address: Haile Gebresilasie Street

Ministry of Water, Irrigation& Energy Building, Floor

Number 01, Room number 114

City: Addis Ababa, Country: Ethiopia

Tel: +251116637018,

Email: nuredinmohammed@yahoo.com  

Country: Ethiopia, Addis Ababa.

Water Development Commission

Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Siraro Woreda

Published on:Ethiopian Herald ( Nov 6, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

COUNTRY: Federal Democratic Republic of Ethiopia

NAME OF PROJECT: CR-WASH

Credit No.: IDA-64450

Assignment Title: Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Siraro Woreda (Siraro Multi village water supply project) and Hawassa Zuria Woreda (Hawassa Zuria Multi village water supply project) of Sidama Regional State.

Reference No.: ET-WDC-154085-CS-OCBS

The Federal Democratic Republic of Ethiopia (FDRE) has received financing from the World Bank toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for consulting service.

Objectives of the assignment

The overall objective of the assignment is to assess the community and institution (schools and health institutions) Water Supply, Sanitation and Hygiene status of Siraro Woreda (Siraro Multi village water supply project) and Hawassa Zuria Woreda (Hawassa Zuria Multi village water supply project) of SNNP region and identify the kebeles seriously affected in this regard in consultation with the respective communities, woreda and region sector offices and Bureaus (Water, Health and Education).

Based on the findings of the assessment, undertake feasibility study for the selected kebeles/villages/gots, institutions (health institutions, schools etc) and prepare detail design. To achieve this objective, the Consultant carries out, at least the following main tasks,

a) Carryout out rapid assessment of community and institutions (health institutions, schools etc) water supply, sanitation and hygiene status of the Woreda (s).

b) Identify Kebele(s)/Village(s)/Got(s) most prone to shortage of community and institution water supply, sanitation and hygiene service and set intervention priorities in consultation with the beneficiary communities and the woreda sector offices (water, health and education).

c) Produce project identification prefeasibility report along with inception report to the respective region and the Water Development Commission (WDC) for approval to carry out feasibility report.

d) Undertake Climate Resilient (CR) feasibility study (technical, financial, economic, social and environmental) of water supply, sanitation and hygiene facility options.

e) Carryout detail design of the approved feasible water supply system, sanitation and hygiene facilities for communities, health institutions, schools.

f) Prepare social and environmental safeguard study,

g) Prepare operation and maintenance management cost recovery water tariff,

h) Prepare implementation plan and bid document,

i) Prepare scheme management organizational structure, staffing, and recommendation on the management of the scheme,

j) Prepare strategic development business plan for the design period of the scheme,

k) Prepare water safety plan for the project,

l) Identify potential challenges for long term sustainability and frame coping mechanisms.

m) Conduct supervision of drilling operation as required if the source is groundwater based on submission of separate time based agreement with the client

n) Prepare watershed management report

Scope of Services

The scope of the assignment includes;

a) Review sector policy and development strategy documents to be well acquainted and align with the sectors requirement in fulfilling the assignment.

b) Carryout reconnaissance study using primary and secondary data to be incorporated in the prefeasibility report for water supply, sanitation and hygiene status study to identify Kebeles/Villages/Gots, health institutions, schools, etc most prone to the water supply problem.

c) Carry out consultation with the Woreda and Regional water sector stakeholders on the water supply, sanitation and hygiene output of the reconnaissance study and agree on the Kebeles/Villages/Gots, health institutions, schools, etc for which feasibility study needs to be done.

d) The feasibility study is expected to include among others available Climate Resilient water source options demonstrating with multi criteria decision making (MCDM) technique like the technical, financial, environmental, O&M management, and etc.

e) Carry out geological, hydro geological, hydrological and geophysical study of the potential water sources (groundwater, surface water, spring, etc.) of the area and determine the location of the intake site (borehole drilling site, surface water intake site, spring, etc.) and the expected safe yield of the source.

f) Cutting edge technologies like GIS, remote sensing from high resolution platforms and robust techniques have to be deployed for investigation of resilient water sources and have to be validated & justified with possible ground trusting.

g) Carry out detail design of the feasible option including the technical design (analytical report, technical drawings, specifications, engineering cost estimate), environmental studies, the water tariff for cost recovery and its affordability with the willingness to pay, the project implementation plan and the bid document.

h) The consultant is expected to Supervise and contract administer borehole drilling which includes

  • Approval and monitor site handover, the contractor’s initial and periodic mobilization programs;
  • Supervision the overall drilling work
  • Carry out periodic safety inspections of overall components of the project
  • Issue to the Employer weekly, monthly and as required report and well completion report and financial reports in approval format and check and submit for approval of payment to the client requested by the contractor as per the actual material supplied and work executed.
  • Review any site testing procedures and supervise actual acceptance tests on site carried out by the contractor;
  • Closely follow up and administer all contractual matter including updated schedule of the drilling and construction, method of drilling and construction;
  • Review Contractor’s claims and advices what amount, if any, the Engineer considers due, provide written reports and advice on individual claims, provide written advice on any claims negotiations and support as requested after getting approval from the WDC.
  • Provide written reports, advice and support as requested in any preparation and procedures for the Dispute Adjudication Board (DAB);
  • The Consultant shall carry out witnessing, testing and administrative duties.
  • Facilitates handover of the projects, check and approve “as-built” drawings prepared by the contractor.
  • Check all manufactures’ manuals and contractors’ operating instructions and make recommendations as to their scope, completeness and conformity with plant as installed.

i) Based on the gap identified in the assessment report of water supply, sanitation and hygiene status of schools and health institutions located within the community water supply service area of the project, the consultant is expected to ensure that the study and design report included all WaSH service packages to the institutions, i.e. for schools water supply and latrine and for health institutions water supply, latrine, placenta pits, incinerators, etc as per the health and education sectors design standards and WaSH packages for the same.

j) Water demand computation for institution (health institution, schools, etc) has to take into account the prevailing sector standards of the Ministry of Education, Ministry of health and others.

k) Livestock watering has to be considered if there is no alternative source within reasonable distance in the area and all possible options have to be thought for optimal system design.

l) The consultant is required to respond to any design queries after completion and submission of the design report and be accountable for any modification of deign defects at its full discretion & absorbing all expense consequences.

The assignment will perform in the form of Lump sum & Time Based Contract. Accordingly, the required professional staff-months for Lump sum & Time Based Contract are 40.5 & 6 respectively. The assignment will be expected to start on the Third week of March 2020 & the implementation period of the lump sum contract is also 6 months, however, the implementation period for the time based contract is 3 month. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Water Development Commission (WDC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The short listing criteria are: – core business and years in business, relevant experience, technical and managerial capability of the firm.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations for IPF Borrowers.

Further information can be obtained at the address below during office hours, 8:00 AM to 12:00 AM in the morning and from 1:30 PM to 5:00 PM in the afternoon.

Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by e-mail (PDF Format) by November 20, 2020, on or before 4:00 PM.

Water Development Commission

Attn: Mr. Nuredin Mohammed, Engineering Procurement &

Contract Administration Directorate Director.

Postal address: 13/1076

Street address: Haile Gebresilasie Street

Ministry of Water, Irrigation & Energy

Building, Floor Number 01, Room number 114

City: Addis Ababa, Country: Ethiopia

Tel: +251116637018,

Email: nuredinmohammed@yahoo.com

Country: Ethiopia, Addis Ababa

Consultancy service for Feasibility Study and Detail Design, Supervision and Contract Administration for Borehole Drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Danot woreda

Published on:Ethiopian Herald ( Nov 6, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

COUNTRY: Federal Democratic Republic of Ethiopia

NAME OF PROJECT: CR-WASH

Credit No.: IDA-64450

Assignment Title: Consultancy service for Feasibility Study and Detail Design, Supervision and Contract Administration for Borehole Drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Danot woreda (Danot Multi village Water Supply project) and in Daror Woreda (Daror Multi village Water Supply project) of Somali region.

Reference No.: ET-WDC-154100-CS-OCBS

The Federal Democratic Republic of Ethiopia (FDRE) has received financing from the World Bank toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for consulting service.

Objectives of the assignment

The overall objective of the assignment is to assess the community and institution (schools and health institutions) Water Supply, Sanitation and Hygiene status of Danot woreda (Danot Multi village Water Supply project) and in Daror Woreda (Daror Multi village Water Supply project) of Somali region and identify the kebeles seriously affected in this regard in consultation with the respective communities, woreda and region sector offices and Bureaus (Water, Health and Education). Based on the findings of the assessment, undertake feasibility study for the selected kebeles/villages/gots, institutions (health institutions, schools etc) and prepare detail design. To achieve this objective, the Consultant carries out, at least the following main tasks,

a) Carryout out rapid assessment of community and institutions (health institutions, schools etc) water supply, sanitation and hygiene status of the Woreda (s).

b) Identify Kebele(s)/Village(s)/Got(s) most prone to shortage of community and institution water supply, sanitation and hygiene service and set intervention priorities in consultation with the beneficiary communities and the woreda sector offices (water, health and education).

c) Produce project identification prefeasibility report along with inception report to the respective region and the Water Development Commission (WDC) for approval to carry out feasibility report.

d) Undertake Climate Resilient (CR) feasibility study (technical, financial, economic, social and environmental) of water supply, sanitation and hygiene facility options.

e) Carryout detail design of the approved feasible water supply system, sanitation and hygiene facilities for communities, health institutions, schools.

f) Prepare social and environmental safeguard study,

g) Prepare operation and maintenance management cost recovery water tariff,

h) Prepare implementation plan and bid document,

i) Prepare scheme management organizational structure, staffing, and recommendation on the management of the scheme,

j) Prepare strategic development business plan for the design period of the scheme,

k) Prepare water safety plan for the project,

l) Identify potential challenges for long term sustainability and frame coping mechanisms.

m) Conduct supervision of drilling operation as required if the source is groundwater based on submission of separate time based agreement with the client

n) Prepare watershed management report

Scope of Services

The scope of the assignment includes;

a) Review sector policy and development strategy documents to be well acquainted and align with the sectors requirement in fulfilling the assignment.

b) Carryout reconnaissance study using primary and secrepondary data to be incorporated in the prefeasibility report for water supply, sanitation and hygiene status study to identify Kebeles/Villages/Gots, health institutions, schools, etc most prone to the water supply problem.

c) Carry out consultation with the Woreda and Regional water sector stakeholders on the water supply, sanitation and hygiene output of the reconnaissance study and agree on the Kebeles/Villages/Gots, health institutions, schools, etc for which feasibility study needs to be done.

d) The feasibility study is expected to include among Others available Climate Resilient water source options demonstrating with multi criteria decision making (MCDM) technique like the technical, financial, environmental, O&M management, and etc.

e) Carry out geological, hydro geological, hydrological and geophysical study of the potential water sources (groundwater, surface water, spring, etc.) of the area and determine the location of the intake site (borehole drilling site, surface water intake site, spring, etc.) and the expected safe yield of the source.

f) Cutting edge technologies like GIS, remote sensing from high resolution platforms and robust techniques have to be deployed for investigation of resilient water sources and have to be validated & justified with possible ground trusting

g) Carry out detail design of the feasible option including the technical design (analytical report, technical drawings, specifications, engineering cost estimate), environmental studies, the water tariff for cost recovery and its affordability with the willingness to pay, the project implementation plan and the bid document.

h) The consultant is expected to Supervise and contract administer borehole drilling which includes

  • Approval and monitor site handover, the contractor’s initial and periodic mobilization programs;
  • Supervision the overall drilling work
  • Carry out periodic safety inspections of overall components of the project
  • Issue to the Employer weekly, monthly and as required report and well completion report and financial reports in approval format and check and submit for approval of payment to the client requested by the contractor as per the actual material supplied and work executed.
  • Review any site testing procedures and supervise actual acceptance tests on site carried out by the contractor;
  • Closely follow up and administer all contractual matter including updated schedule of the drilling and construction, method of drilling and construction;
  • Review Contractor’s claims and advices what amount, if any, the Engineer considers due, provide written reports and advice on individual claims, provide written advice on any claims negotiations and support as requested after getting approval from the WDC.
  • Provide written reports, advice and support as requested in any preparation and procedures for the Dispute Adjudication Board (DAB);
  • The Consultant shall carry out witnessing, testing and administrative duties.
  • Facilitates handover of the projects, check and approve “as-built” drawings prepared by the contractor.
  • Check all manufactures’ manuals and contractors’ operating instructions and make recommendations as to their scope, completeness and conformity with plant as installed.

i) Based on the gap identified in the assessment report of water supply, sanitation and hygiene status of schools and health institutions located within the community water supply service area of the project, the consultant is expected to ensure that the study and design report included all WaSH service packages to the institutions, i.e. for schools water supply and latrine and for health institutions water supply, latrine, placenta pits, incinerators, etc as per the health and education sectors design standards and WaSH packages for the same.

j) Water demand computation for institution (health institution, schools, etc) has to take into account the prevailing sector standards of the Ministry of Education, Ministry of health and others.

k) Livestock watering has to be considered if there is no alternative source within reasonable distance in the area and all possible options have to be thought for optimal system design.

l) The consultant is required to respond to any design queries after completion and submission of the design report and be accountable for any modification of deign defects at its full discretion & absorbing all expense consequences.

The assignment will perform in the form of Lump sum & Time Based Contract. Accordingly, the required professional staff-months for Lump sum & Time Based Contract are 40.5 & 6 respectively. The assignment will be expected to start on the Third week of March 2020 & the implementation period of the lump sum contract is also 6 months, however, the implementation period for the time based contract is 3 month. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Water Development Commission (WDC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The short listing criteria are: – core business and years in business, relevant experience, technical and managerial capability of the firm.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations for IPF Borrowers.

Further information can be obtained at the address below during office hours 8:30 AM to 12:00 AM in the morning and from 1:30PM to 5:00PM in the afternoon.

Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by e-mail (PDF Format) by November 20, 2020 on or before 4:00PM.

Water Development Commission

Attn: Mr. Nuredin Mohammed, Engineering Procurement &

Contract Administration Directorate Director.

Postal address: 13/1076

Street address: Haile Gebresilasie Street

Ministry of Water, Irrigation& Energy Building, Floor

Number 01, Room number 114

City: Addis Ababa, Country: Ethiopia

Tel: +251116637018,

Email: nuredinmohammed@yahoo.com

Country: Ethiopia, Addis Ababa.

Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Adadle town Water Supply Project (WSP) …

Published on:Ethiopian Herald ( Nov 6, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

COUNTRY: Federal Democratic Republic of Ethiopia

NAME OF PROJECT: CR-WASH

Credit No.: IDA-64450

Assignment Title: Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Adadle town Water Supply Project (WSP) and for Danan multi village WSP of Somali Region.

Reference No.: ET-WDC-154091-CS-QC

The Federal Democratic Republic of Ethiopia (FDRE) has received financing from the World Bank toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for consulting service.

Objectives of the assignment

The overall objective of the assignment is to assess the community and institution (schools and health institutions) Water Supply, Sanitation and Hygiene status of Adadle Woreda (Adadle Town Water Supply Project) and Danan Woreda (Danan Multi village water supply project) of Somali Region and identify the kebeles seriously affected in this regard in consultation with the respective communities, woreda and region sector offices and Bureaus (Water, Health and Education). Based on the findings of the assessment, undertake feasibility study for the selected kebeles/villages/gots, institutions (health institutions, schools etc) and prepare detail design. To achieve this objective, the Consultant carries out, at least the following main tasks,

a) Carryout out rapid assessment of community and institutions (health institutions, schools etc) water supply, sanitation and hygiene status of the Woreda (s).

b) Identify Kebele(s)/Village(s)/Got(s) most prone to shortage of community and institution water supply, sanitation and hygiene service and set intervention priorities in consultation with the beneficiary communities and the woreda sector offices (water, health and education).

c) Produce project identification prefeasibility report along with inception report to the respective region and the Water Development Commission (WDC) for approval to carry out feasibility report.

d) Undertake Climate Resilient (CR) feasibility study (technical, financial, economic, social and environmental) of water supply, sanitation and hygiene facility options.

e)Carryout detail design of the approved feasible water supply system, sanitation and hygiene facilities for communities, health institutions, schools.

f) Prepare social and environmental safeguard study,

g) Prepare operation and maintenance management cost recovery water tariff,

h) Prepare implementation plan and bid document,

i) Prepare scheme management organizational structure, staffing, and recommendation on the management of the scheme,

j) Prepare strategic development business plan for the design period of the scheme,

k) Prepare water safety plan for the project,

l) Identify potential challenges for long term sustainability and frame coping mechanisms.

m) Conduct supervision of drilling operation as required if the source is groundwater based on submission of separate time based agreement with the client

n) Prepare watershed management report

Scope of Services

The scope of the assignment includes;

a) Review sector policy and development strategy documents to be well acquainted and align with the sectors requirement in fulfilling the assignment.

b) Carryout reconnaissance study using primary and secondary data to be incorporated in the prefeasibility report for water supply, sanitation and hygiene status study to identify Kebeles/Villages/Gots, health institutions, schools, etc most prone to the water supply problem.

c) Carry out consultation with the Woreda and Regional water sector stakeholders on the water supply, sanitation and hygiene output of the reconnaissance study and agree on the Kebeles/Villages/Gots, health institutions, schools, etc for which feasibility study needs to be done.

d) The feasibility study is expected to include among others available Climate Resilient water source options demonstrating with multi criteria decision making (MCDM) technique like the technical, financial, environmental, O&M management, and etc.

e) Carry out geological, hydro geological, hydrological and geophysical study of the potential water sources (groundwater, surface water, spring, etc.) of the area and determine the location of the intake site (borehole drilling site, surface water intake site, spring, etc.) and the expected safe yield of the source.

f) Cutting edge technologies like GIS, remote sensing from high resolution platforms and robust techniques have to be deployed for investigation of resilient water sources and have to be validated & justified with possible ground trusting.

g) Carry out detail design of the feasible option including the technical design (analytical report, technical drawings, specifications, engineering cost estimate), environmental studies, the water tariff for cost recovery and its affordability with the willingness to pay, the project implementation plan and the bid document.

h) The consultant is expected to Supervise and contract administer borehole drilling which includes

  • Approval and monitor site handover, the contractor’s initial and periodic mobilization programs;
  • Supervise the overall drilling work
  • Carry out periodic safety inspections of overall components of the project
  • Issue to the Employer weekly, monthly and as required report and well completion report and financial reports in approval format and check and submit for approval of payment to the client requested by the contractor as per the actual material supplied and work executed.
  • Review any site testing procedures and supervise actual acceptance tests on site carried out by the contractor;
  • Closely follow up and administer all contractual matter including updated schedule of the drilling and construction, method of drilling and construction;
  • Review Contractor’s claims and advices what amount, if any, the Engineer considers due, provide written reports and advice on individual claims, provide written advice on any claims negotiations and support as requested after getting approval from the WDC.
  • Provide written reports, advice and support as requested in any preparation and procedures for the Dispute Adjudication Board (DAB);
  • The Consultant shall carry out witnessing, testing and administrative duties.
  • Facilitates handover of the projects, check and approve “as-built” drawings prepared by the contractor.
  • Check all manufactures manuals and contractors’ operating instructions and make recommendations as to their scope, completeness and conformity with plant as installed.

i) Based on the gap identified in the assessment report of water supply, sanitation and hygiene status of schools and health institutions located within the community water supply service area of the project, the consultant is expected to ensure that the study and design report included all WaSH service packages to the institutions, i.e. for schools water supply and latrine and for health institutions water supply, latrine, placenta pits, incinerators, etc as per the health and education sectors design standards and WaSH packages for the same.

j) Water demand computation for institution (health institution, schools, etc) has to take into account the prevailing sector standards of the Ministry of Education, Ministry of health and others.

k) Livestock watering has to be considered if there is no alternative source within reasonable distance in the area and all possible options have to be thought for optimal system design.

l) The consultant is required to respond to any design queries after completion and submission of the design report and be accountable for any modification of deign defects at its full discretion & absorbing all expense consequences.

The assignment will perform in the form of Lump sum & Time Based Contract. Accordingly, the required professional staff-months for Lump sum & Time Based Contract are 40.5 & 6 respectively. The assignment will be expected to start on the Third week of March 2020 & the implementation period of the lump sum contract is also 6 months, however, the implementation period for the time based contract is 3 month. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Water Development Commission (WDC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The short listing criteria are: – core business and years in business, relevant experience, technical and managerial capability of the firm.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations for IPF Borrowers.

Further information can be obtained at the address below during office hours 8:30 AM to 12:00 AM in the morning and from 1:30PM to 5:00PM in the afternoon.

Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by e-mail (PDF Format) by November 20, 2020 on or before 4:00PM.

Water Development Commission

Attn: Mr. Nuredin Mohammed, Engineering Procurement & Contract Administration Directorate Director.

Postal address: 13/1076

Street address: Haile Gebresilasie Street

Ministry of Water, Irrigation& Energy Building, Floor

Number 01, Room number 114

City: Addis Ababa, Country: Ethiopia

Tel: +251116637018,

Email: nuredinmohammed@yahoo.com

Country: Ethiopia, Addis Ababa.

Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities

Published on:Ethiopian Herald ( Nov 6, 2020 )Place of Bid Competitions: Addis Ababa.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

COUNTRY: Federal Democratic Republic of Ethiopia

NAME OF PROJECT: CR-WaSH

Credit No.: IDA-64450

Assignment Title: Consultancy service for Feasibility Study and Detail Design, Supervision and Contract administration for borehole drilling of Climate Resilient Water Supply Sanitation and Hygiene facilities for Tembaro Woreda (Tembaro Multi village water supply project) and Zala Woreda (Zala Multi village water supply project) of SNNP region

Reference No.: ET-WDC-154074-CS-OCBS

The Federal Democratic Republic of Ethiopia (FDRE) has received financing from the World Bank toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for consulting service.

Objectives of the assignment

The overall objective of the assignment is to assess the community and institution (schools and health institutions) Water Supply, Sanitation and Hygiene status of Tembaro Woreda (Tembaro Multi village water supply project) and Zala Woreda (Zala Multi village water supply project) of SNNP region and identify the kebeles seriously affected in this regard in consultation with the respective communities, woreda and region sector offices and Bureaus (Water, Health and Education). Based on the findings of the assessment, undertake feasibility study for the selected kebeles/ villages/gots, institutions (health institutions, schools etc) and prepare detail design. To achieve this objective, the Consultant carries out, at least the following main tasks,

a) Carryout out rapid assessment of community and institutions (health institutions, schools etc) water supply, sanitation and hygiene status of the Woreda (s).

b) Identify Kebele(s)/Village(s)/Got(s) most prone to shortage of community and institution water supply, sanitation and hygiene service and set intervention priorities in consultation with the beneficiary communities and the woreda sector offices (water, health and education)

c) Produce project identification prefeasibility report along with inception report to the respective region and the Water Development Commission (WDC) for approval to carry out feasibility report.

d) Undertake Climate Resilient (CR) feasibility study (technical, financial, economic, social and environmental) of water supply, sanitation and hygiene facility options.

e) Carryout detail design of the approved feasible water supply system, sanitation and hygiene facilities for communities, health institutions, schools.

f) Prepare social and environmental safeguard study,

g) Prepare operation and maintenance management cost recovery water tariff,

h) Prepare implementation plan and bid document,

i) Prepare scheme management organizational structure, staffing, and recommendation on the management of the scheme,

j) Prepare strategic development business plan for the design period of the scheme,

k) Prepare water safety plan for the project,

l) Identify potential challenges for long term sustainability and frame coping mechanisms.

m) Conduct supervision of drilling operation as required if the source is groundwater based on submission of separate time based agreement with the client

n) Prepare watershed management report

Scope of Services

The scope of the assignment includes;

a) Review sector policy and development strategy documents to be well acquainted and align with the sectors requirement in fulfilling the assignment.

b) Carryout reconnaissance study using primary and secondary data to be incorporated in the prefeasibility report for water supply, sanitation and hygiene status study to identify Kebeles/Villages/Gots, health institutions, schools, etc most prone to the water supply problem.

c) Carry out consultation with the Woreda and Regional water sector stakeholders on the water supply, sanitation and hygiene output of the reconnaissance study and agree on the Kebeles/Villages/Gots, health institutions, schools, etc for which feasibility study needs to be done.

d) The feasibility study is expected to include among others available Climate Resilient water source options demonstrating with multi criteria decision making (MCDM) technique like the technical, financial, environmental, O&M management, and etc.

e) Carry out geological, hydro geological, hydrological and geophysical study of the potential water sources (groundwater, surface water, spring, etc.) of the area and determine the location of the intake site (borehole drilling site, surface water intake site, spring, etc.) and the expected safe yield of the source.

f) Cutting edge technologies like GIS, remote sensing from high resolution platforms and robust techniques have to be deployed for investigation of resilient water sources and have to be validated & justified with possible ground trusting.

g) Carry out detail design of the feasible option including the technical design (analytical report, technical drawings, specifications, engineering cost estimate), environmental studies, the water tariff for cost recovery and its affordability with the willingness to pay, the project implementation plan and the bid document.

h) The consultant is expected to Supervise and contract administer borehole drilling which includes

  • Approval and monitor site handover, the contractor’s initial and periodic mobilization programs;
  • Supervision the overall drilling work
  • Carry out periodic safety inspections of overall components of the project
  • Issue to the Employer weekly, monthly and as required report and well completion report and financial reports in approval format and check and submit for approval of payment to the client requested by the contractor as per the actual material supplied and work executed.
  • Review any site testing procedures and supervise actual acceptance tests on site carried out by the contractor;
  • Closely follow up and administer all contractual matter including updated schedule of the drilling and construction, method of drilling  and construction;
  • Review Contractor’s claims and advices what amount, if any, the Engineer considers due, provide written reports and advice on individual claims, provide written advice on any claims negotiations and support as requested after getting approval from the WDC.
  • Provide written reports, advice and support as requested in any preparation and procedures for the Dispute Adjudication Board (DAB);
  • The Consultant shall carry out witnessing, testing and administrative duties.
  • Facilitates handover of the projects, check and approve “as-built” drawings prepared by the contractor.
  • Check all manufactures’ manuals and contractors? operating instructions and make recommendations as to their scope, completeness and conformity with plant as installed.

i) Based on the gap identified in the assessment report of water supply, sanitation and hygiene status of schools and health institutions located within the community water supply service area of the project, the consultant is expected to ensure that the study and design report included all WaSH service packages to the institutions, i.e. for schools water supply and latrine and for health institutions water supply, latrine, placenta pits, incinerators, etc as per the health and education sectors design standards and WaSH packages for the same.

j) Water demand computation for institution (health institution, schools, etc) has to take into account the prevailing sector standards of the Ministry of Education, Ministry of health and others.

k) Livestock watering has to be considered if there is no alternative source within reasonable distance in the area and all possible options have to be thought for optimal system design.

l) The consultant is required to respond to any design queries after completion and submission of the design report and be accountable for any modification of deign defects at its full discretion & absorbing all expense consequences.

The assignment will perform in the form of Lump sum & Time Based Contract. Accordingly, the required professional staff-months for Lump sum & Time Based Contract are 40.5 & 6 respectively. The assignment will be expected to start on the Third week of March 2020 & the implementation period of the lump sum contract is also 6 months, however, the implementation period for the time based contract is 3 month. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Water Development Commission (WDC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The shortlisting criteria are: – core business and years in business, relevant experience, technical and managerial capability of the firm.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations for IPF Borrowers.

Further information can be obtained at the address below during office hours 8:30 AM to 12:00 AM in the morning and from 1:30PM to 5:00PM in the afternoon.

Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by e-mail (PDF Format) by November 20, 2020, on or before 4:00 PM.

Attn: Mr. Nuredin Mohammed, Engineering Procurement & Contract Administration Directorate Director.

Postal address: 13/1076

Street address: Haile Gebresilasie Street

Ministry of Water, Irrigation& Energy Building, Floor

Number 01, Room number 114

City: Addis Ababa, Country: Ethiopia

Tel: +251116637018,

Email: nuredinmohammed@yahoo.com

Country: Ethiopia, Addis Ababa.

Water Development Commission

Consultancy Service for assessment of ground water potential of the Gelealo Woreda of the Afar Regional State

Published on:Ethiopian Herald ( Nov 5, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

(CONSULTING SERVICES

  • FIRMS SELECTION)
  • COUNTRY: Federal Democratic Republic of Ethiopia
  • NAME OF PROJECT: Fluoride Mitigation Project
  • Assignment Title: Consultancy Service for assessment of ground water potential of the Gelealo Woreda of the Afar Regional State
  • Reference No.: WDC-03-CS- OCBS

The Water Development Commission has budgeted for assessment of groundwater potential of the Gelealo Woreda of the Afar Regional State and intends to apply part of the budget for consulting services.

The Consulting Services (“the Services”) include:

  1. Study and Design of Groundwater Sources;
  2. Supervision & Contract Administration of Drilling and Construction of Deep Wells; and
  3. Prepare Detail Feasibility Design, Environmental & Social Impact Assessment (ESIA), and prepare Tender Document for the water shortage Kebeles in Gelealo Woreda of the Afar Regional State.

The intended duration of the assignment is 7 (seven) months after the commencement of the assignment. The assignment will be performed in the form of a lump-sum contract for source investigation & detailed feasibility design, and a time-based contract for supervision & contract administration of drilling& contraction of deep wells. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

General Objective of the Assignment

The overall objective of the assignment is to conduct a groundwater investigation to identify fluoride-free water source for the fluoride affected and shortage& absence of potable water Kebeles namely RebenaSegento, Diyara, Herto Buri, ModaytuBuri and Adlalitain Gelealo Woreda of the Afar Region. The work involves selecting of groundwater exploiting wells, supervision of the drilling & construction works& designing of water systems that convey water to the community.

Specific Objectives of the Assignment

  • Assessment of the groundwater potential of the Gelealo Woreda that is situated along the Awash River Basin;
  • Determine the hydrogeological condition of the area;
  • The extent of the aquifer both vertically and laterally should be mapped and thoroughly studied to verify the groundwater potential of the wellfields;
  • To undertake detail geological, hydrogeological, hydro-chemical studies supported by geophysical investigation and socio-environmental parameters/ characteristics of the Rebena Segento as well as the surrounding areas for the water source of the Fluoride affected Kebeles Supervise the drilling and construction works at the recommended borehole sites;
  • Prepare detailed design with the accompanying maps and drawings (setting and design of associated structures) including preparation of Tender Document.

The water source to be identified should consider the fast increasing trend of the Kebeles population and development to provide sufficient and sustainable potable water.

The location of the source should also consider the easiness of delivery to the beneficiary population and management of operation of the system.

The Water Development Commission now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.

The shortlisting criteria are core business and years in business; qualification and relevant work experience in the field of assignment;

organizational and managerial capabilities of the firm; and general qualification and number of key staff, but not individual experts’ biodata.

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. A Consultant will be selected in accordance with the quality and Cost Based Selection (QCBS) method set out in the Federal Public Procurement DirectiveJune/2010.

Further information can be obtained at the address below during office hours from 2:30 a.m. to 12:30 p.m. in the morning and from 1:30 p.m. to 5:30 p.m. in the afternoon. Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by fax, or by e-mail (PDF Format) by 18 November 2020 on or before 5:00 p.m.

Water Development Commission, Engineering, Procurement, and Contract Administration Directorate Attn: Mr. Nuredin Mohammed, Engineering, Procurement, and Contract Management Directorate Director.

  • Postal address: 13/1076Street address: Haile Gebresilasie AvenueFloor Number 01, Room Number 114Postal code: +251, City: Addis Ababa,Country: EthiopiaTelephone: +251116637018, Facsimile number:+251116616238
  • E-mail: nuredinmohammed@yahoo.com 

Midterm Evaluation for the project entitled: “John’s Rig WASH Project” in East Gojam Zone

Published on:Reporter ( Nov 4, 2020 )Place of Bid Competitions:Addis Ababa
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

Invitation for Consultancy Service

Welthungerhilfe (WHH)/German Agro Action (GAA) is one of the biggest private development organizations in Germany with development and relief aid projects in more than 40 countries. Non-profit-making, nonpolitical and non-denominational, the organization  works under the leadership of an honorary board and the patronage of the German Federal President. WHH runs a Regional Office for the Hom of Africa, based in Addis Ababa, Ethiopia and is successfully operating in the country since 1972

German Agro Action (GAA) would like to invite consultants to conduct Midterm Evaluation for the project entitled: “John’s Rig WASH Project” in East Gojam Zone, Amhara Regional

A complete tender document in English / RFT- 254585 is available at WHH e Tender portal. https://eu.eu-supply.com/ctm/supplier/publictenders

The tender terms and conditions are available in the official document published our website- https://eu.eu-supply.com/login.asp?B=Welthungerhilfe,https://www.welthungerhilfe.org/tenders/

Might you be a new applicant, to be able to use the EU Supply web Portal and to submit your

application through the tender portal, you will have to register as a New Supplier through the following web thread: https://eu.eu-supply,com/ctm/company/Company Registration/

RegisterCompany?OID=21&B=WELTHUNGERHILFE

Submission of tender documents/offers:

All bid submission application must be performed online through the EU Supply Web Tendering Portal no later than the 18th of November 2020 at 3:00 PM that is accessible through the following web thread ONLY: https://eu.eu-supply.com/ctm/supplier/publictenders

Please note that the tender should be upload ONLINE ONLY, and NOT in Hard Copy

German Agro Action (GAA) reserves the right to accept or reject any or all bids without fixing any reason thereof.

all the inquiries about the concerned competition can be submitted through the EU Supply platform directly

Welthungerhilfe (WHH)

Tel: # +251911913728/ +251116624765

Addis Ababa, Ethiopia

Construction of decentralized WWTPs for 12 Condominium Housing Sites.

Published on:Ethiopian Herald ( Oct 30, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission (Check it!)

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING FIRMS SELECTION)

  • Country: Federal Democratic Republic of Ethiopia;
  • Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division;
  • Name of the Project: Construction of decentralized WWTPs for 12 Condominium Housing Sites.
  • Assignment Title: Consultancy Service for detail Design, Tender Document Preparation and Contract Administration and Construction Supervision for Decentralized WWTPs for 12 Condominium Housing Sites
  • Procurement Reference No.: AAWSA/WSIDD/GOV/NCB/CS008/2020
  1.  The Addis Ababa Water and Sewerage Authority Water and Sanitation Infrastructure Development Division Office has intended to allocate finance for construction of a decentralized wastewater treatment plant to be implemented at Condominium Housing sites( 12 condominium building sites) and intends to apply part of the proceeds for consulting services (detail design, Contract Administration and Construction Supervision)
  2. The consulting services (“the Services”)include: This is a mixture of lump sum and time-based contract for consultancy services pertaining to Phase-1: Detail Design, Tender DocumentPreparation, Tendering, and Tender Assistance for the design of Waste Water Treatment Plant project. The consultancy service of the WWTP is exp to take 6 months. Tendering and Tender Assistance would be an intermittent input the actual dates of which would be determined right after completion of the Detail Design and Tender DocumentPreparationPhase 2: Construction Supervision and contract administration of the WWTPs construction project. Supervision and ContractAdministration are expected to take 10months. This period includes testing and commissioning of the WWTPs.
  3. The consulting firm to be hired must be highly competent/reputable and must have experienced key professionals and appropriate support staff with ample work experience.
  4. The AAWSA-Water and Sanitation Infrastructure Development Division now invite eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested consulting firms must provide information indicating that they are qualified to perform the consulting services for both phases (brochures, core business, years of experience in the business, description of similar assignments, experience in similar conditions, the technical and managerial organizational structure of the firm, availability of appropriate skills, general qualification, etc…).
  5. Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications. The Expression of Interest should clearly specify the type of relationship the consultants propose to establish.
  6. The consulting firm will be selected under the Quality and Cost Based selection / QCBS/ method in accordance with the Public Procurement Agency (PPA’s) procedures for the selection and employment of consultants. 
  7. Bidders/Consulting Firms who had poor performance and bad conduct in the previous relationship with the AAWSA, WSIDD cannot participate in this bid.
  8. An interested consulting firm can obtain further information and collection of full set of TOR documents (soft Copy) from the Procurement Department at the address below during working hours.
  9. Expression of Interest must be delivered in two hard copies to the address below (in person, mail) on or before November 16, 2020.
  10. The A.A.W.S.A Water and Sanitation Infrastructure Development Division reserves the right to reject any or all of the bids.
  • Address: AAWSA – Water and Sanitation Infrastructure Development Division, Lideta sub-city Woreda 08 around condominium houses on the left side of
  • Lideta Menafesha. Tel. +251 -118291312
  • Attn: Mrs. Mestawot Abebe, Procurement Support Process Head E-mail address:
  • kiyake21@gmail.com 

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES — FIRMS SELECTION)

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

2.1 Design review

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

2.2 Construction Supervision of Sewer line project

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

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

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

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

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

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

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

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

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

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

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

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

Study and detail design of Ijaji rural town water supply system

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

Invitation for BID

(Bid Ref: MFM/IRTWSP/02/2020 /NCB)

To: All consultants registered for water resource (General) Consulting Firm of category VI (WRCF-VI) and above with renewed license valid for the year.

  1. Menschen für Menschen Foundation on behalf of Ijaji community of Illu Gelan Woreda has received a grantfrom “Viva Con Agua International” for the study and detail design of Ijaji rural town water supply system located at Oromia N/R/S/ Western Shoa Zone Illu Gelan Woreda Ijaji rural town and now invites wax sealed bids from eligible bidders for consultancy service of ENGINEERING DESIGN AND DETAIL STUDY OF WATER SUPPLY SYSTEM of aforementioned site by providing the necessary labour, material and equipment
  2. A completed set of bidding documents may be purchased by any interested eligible bidders on the submission of a written application to the office of Menschen für Menschen Foundation Project Coordination Office, A.A Bulbulla, in front of Aser concrete mixing plant.
  3. Bidders may obtain further information from and inspect and acquire the bidding documents, at aforementioned address; P. Box 2568, Tel: 251-11471-43-58/20, Fax: 251 – 11-471-4163, A. A Ethiopia.
  4. The technical and financial proposal have to be submitted before the opening time indicated below and must be accompanied by a bid security, in an acceptable (CPO of bank Guarantee) form for 1 % of  the project cost.
  5. The deadline for submission of bids shall be: at or before 2:00 p.m. on 10th working day of the announcement of this invitation for bids notice and must be submitted at the address specified in clause 2 above.
  6.  Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at 2:30 p.m. on 10th day of the announcement at aforementioned address under item (2). If there will be public holiday & weekends on this date, the closing and opening of the bid will take place on the next working day at the same time and the same venue.
  7. The Study and detail design of the works shall be completed within a Maximum of 3 months from the commencement of the work.
  8. Bidders are requested to fill all necessary details in the schedules.
  9. Menschen für Menschen Foundation reserves the right to accept or reject any or all of the bids

Menschen für Menschen Foundation

FEASIBILITY, DETAIL STUDY AND DESIGN OF SMALL SCALE IRRIGATION SCHEMES USING DIVERSION AT MELKARIVER JELDU WOREDA

Published on:Ethiopian Herald ( ጥቅምት 4፣ 2013 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission

Invitation for BID (Bid Ref: MFM/J/SSIP/01/2020/NCB)

To: All consultants registered for water Resource (General) Consulting Firm or irrigation and drainage consulting firm of category VI and above with renewed license valid for the year.

  1.  Menschen für Menschen Foundation on behalf of MELKA community of JelduWoreda has allocated budget for FEASIBILITY, DETAIL STUDY AND DESIGN OF SMALL SCALE IRRIGATION SCHEMES USING DIVERSION AT MELKARIVER JELDU WOREDA, Oromia N/R/S/ West Shoa Zone and now invites wax-sealed bids from eligible bidders for consultancy service of FEASIBILITY, DETAIL STUDY AND DESIGN OF SMALL SCALE IRRIGATION DEVELOPMENT of aforementioned site by providing the necessary labor, material, and equipment.
  2. A completed set of bidding documents may be purchased by any interested eligible bidders on the submission of a written application to the office of Menschen fürMenschen Foundation Project Coordination Office, A. A Bulbula, in front of the ASERconcrete mixing plant.
  3. Bidders may obtain further information from and inspect and acquire the bidding documents, at Menschen für Menschen Foundation Project Coordination Office,A.A around Bole Bulbula next to ASER concrete batching plant, P.O Box 2568,Tel:251-114 71 43 58 /20, Fax 251-114 71 41 63, A. Ethiopia.
  4. The technical and financial proposal has to be submitted in separate envelopes before the opening time indicated below and must be accompanied by a bid security, in an acceptable (CPO of bank Guarantee) form for 1 % of the project cost.
  5.  The deadline for submission of bids shall be: at or before 2:00 p.m. on the 10th working day of the announcement of this invitation for bids notice and must be submitted at the address specified in clause 2 above.
  6. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at 2:30 p.m. on the 10th day of the announcement menschen für Menschen Foundation project coordinating office, A.A around BoleBulbula next to ASER concrete batching plant. If there will be public holidays &weekends on this date, the closing and opening of the bid will take place on the next working day at the same time and the same venue.
  7.  The Study and detail design of the works shall be completed within a Maximum of3 months from the commencement of the work.
  8. Bidders are requested to fill all necessary details in the schedules.
  9. Menschen für Menschen Foundation reserves the right to accept or reject any or allof the bids

Menschen für Menschen Foundation

Consultancy Services for Feasibility Study and Detail Design

Published on: Ethiopian Herald ( Sep 26, 2020 ) /Place of Bid Competitions:Addis Ababa 

Remaining Time for Bid Submission

Invitation for Bid 

Procurement Reference Numbers:

IDC/NCB/QCBS/2020/08-11 

The Federal Democratic Republic of Ethiopia, Irrigation Development Commission now invites sealed bids from eligible and qualified Bidders for the Consultancy Services for Feasibility Study and Detail Design of 

  • Angere large scale irrigation development project 
  • mormora Large Scale Irrigation Development Project 
  • Shinfa Large Scale Irrigation Development Project 
  • Woito Large Scale Irrigation Development Project 
  1. Bidding will be conducted through the National Competitive Open Bidding (NCB) procedures as specified in the Federal Government Procurement Directive and are open to all bidder, 
  2. Bidders should possess experiences and competences in Consultancy for Dam and Irrigation Development Study and Design Works. 
  3. Consultancy firms shall submit: Renewed trade license, VAT Ceruificate, Tax clearance certificate, Registration from PPA and Grade-1 General water works Consultancy service license from the Ministry of Water Irrigation and Energy. 
  4. The bid document may be purchased by interested eligible bidders upon presentation of a duly signed and sealed application letter written on the Bidder’s official letter head, and upon payment of a non-refundable fee of 300 ETB (Three Hundred Ethiopian Birr) for each project and may obtain further information from the address below during the workinghours from 7:30 am to 12:30 am and 1:30 pm to 3:30 pm local time. 
  5. The bid document comprising one original and five copies of the technical and financial proposal should be submitted in two envelopes separately to the address below before 2:00 pm local time on October 26, 2020. The envelops will be opened on the same date at 2:30 pm local time in the presence of bidders/representatives who choose to attend in Ground main hall at the Irrigation Development Commission/Ministry of Water Irrigation and Energy/ (the bid opening place may change) 
  6. The bid security amount is 200,000 ETB (Two Hundred Thousand Ethiopian Birr) for cach project the bid security shall be in the form of certified Cheque, Cashier’s PaymentOrder (C.P.O.) issued by a recognized local bank or Unconditional Bank Guarantee counter guaranteed by a recognized local bank. 
  7. The bidder can be purchased one, two, three or four projects 
  8. Bids shall be valid for 90 (Ninety) days after bid opening date. 
  9. Irrigation Development Commission reserves the right to reject all or any of the bids 
  10. Bidders may get further information from: 

Federal Democratic Republic of Ethiopia, Irrigation 

Development Commission 

Haile G/Silassie Road 

Tel: +251 11 6636916 

Fax: +251 11 6610710 P.O.Box: 5744 or 5673 

Addis Ababa 

You cannot copy content of this page