Catholic Relief Services – United States Conference of Catholic Bishops (CRS-USCCB) is a nonprofit non-governmental international relief and development organization working with international and local partners and serving people on the base of need, not creed, race or nationality in more than 100 countries in five continents.
In relation with this, CRS/Ethiopia program would like to invite interested bidders for the Construction and Maintenance of Rub Hall basement.
Bidders who are interested to participate in the tender should have and fulfill the following basic requirements
A renewed trade license for the sector
Construction Grade BC or GC 5 and above
Tax Identification Number and Value Added Tax Certificates,
Bid Security shall be ETB 200,000.00 (Two Hundred Thousand), in the form of only CPO issued by a recognized domestic Bank by the name of Catholic Relief Services.
The complete bid documents are available at CRS/Ethiopia office located at Swaziland St. Gulele Sub-city, Enkulal Fabrica PO Box 6592, Addis Ababa during office hours Monday to Friday from, November 1, 2020, to November 16,2020.
Duly completed bids must be in a sealed envelope addressed to CRS/Ethiopia clearly marked by “Bidders Name, Address, legal stamps, signatures and Tender No.” and submit their technical and financial documents (two different envelops sealed for each category).
The sealed bid document shall be submitted to the CRS Ethiopia address mentioned above into the bid box provided for the purpose on or before November 16, at 4:00 PM. Bids arrives after this date and time will not be considered
Note: The Supplier or Service Provider agrees to adhere to the requirements laid out in the Supplier and Service Provider Code of Conduct.
Catholic Relief Services (CRS) reserves the right to
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.
Tender for the Construction of Kality Infrastructure Facility
MoA National Animal Genetic Improvement Institute (NAGII) has allocated funds for the procurement of works – Tender for the construction of Infrastructure Facility (fence, access road, quarantine, feed store, and guardhouses) at Kality and now invites sealed bids from eligible bidders for the works. Bidding is open to all Grade Five (5) BC and GC contractors who can demonstrate adequate capacity and experience in similar works.
Bidding will be conducted through national competitive bidding (NCB) procedures contained in public procurement proclamation of the Federal Government of Ethiopia and is open to all eligible domestic bidders as specified in the bidding document.
Interested eligible bidders may obtain further information from MoA National Animal Genetic Improvement Institute office and inspect the bidding documents at the address given below from Monday to Friday within office hours. Bidders shall provide all legal status documents valid for the bidding period.
A complete set of bidding documents in English shall be purchased by interested bidders as of the first announcement date of the bid on Newspaper up to the bid closing date and time at the address given below and upon the presentation of the legal documents and payment of a non-refundable fee of ETB 400 (Four Hundred) at MoA National Animal Genetic Improvement Institute procurement and property administration office. No liability will be accepted for loss or late delivery.
One original and Two photocopies of the technical proposal shall be produced in different sealed envelopes and each proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelop while the second photocopy will be sealed in another envelop separately and labeled as “one original and one photocopy” to be placed in another outer envelope and all proposal documents collectively must be placed in the already prepared bid box along with a separately sealed bid security 400,000 ETB as stated in the procurement document, in acceptable form from a reputable bank, besides one original and one photocopy of the financial offer shall be produced in different sealed envelopes and must be placed in the bid box. Sealed bids shall be delivered for the procurement and property administration directorate office on or before the 21st working day at 4:00 local time at office hours counted from the bid announcement date at the Meeting Hall.
The Office shall select the successful contractor by applying the least cost-based selection method. Bidders must meet all technical qualification criteria to pass to the second stage. i.e financial proposal evaluation and comparison. Late bidders will be rejected, proposal bid documents of bidders will be opened in the presence of bidders or their authorized representatives, who may choose to attend on the 21st working day at 4:30 local time counted from the bid announcement date at the Meeting Hall
The Office reserves the right to accept or reject all or parts of this bid
Bidders are seriously advised to read and comply with all the instructions provided in this bidding document.
All bids must be accompanied by:
a) A Signed Bid Form,
b) Registration/Trade Certificate (Legal Status),
c) Tax Clearance /VAT certificate
d) Written Power of Attorney
e) Priced Bills of Quantities (B.O.Qs),
f) Curriculum Vitae (CVS) of key staffs,
g) Proof of having performed similar works in the previous 5 years,
h) Proof of registration as a Contractor.
i) List of Equipment to be used
10. The Address referred to above is:
National Animal Genetic Improvement Institute (NAGII)
Place of Bid Competitions:Somali Regional State Education Bureau, Jigjiga
Remaining Time for Bid Submission (Check it!)
INVITATION FOR BID
Somali Regional State Education Bureau invites all interested & eligible bidders for the construction of the below listed lots;
Lot-1 – Construction of Primary Classes in Jigjiga City Administration.
Lot-2- Construction Primary Classes in Jigjiga City Administration.
Lot-3 – Construction of Primary Classes in Jigjiga City Administration
Lot-4- Furnishing of Somali Education Bureau Hall.
1. Suppliers must have a valid Trading License Renewed for 2013 EFY, Tax clearance Certificate valid until the date of deadline of bid submission and Vat registration/tin/supply certificate BC 4 or GC 5 and above for each lots. Bidders required to bring Original Documents with their copies when they are purchasing their documents.
2. Bid document may be purchased by interested bidders on the submission of a written application to the office of Somali Regional State Education Bureau Logistics Caset up on submission of a written application and nonrefundable fee of 600 birr for each Lot.
3. All bids must be accompanied by a bid security 2% (Two Percent) of bid price in the form of CPO or bank guarantee, Insurance Bond is not acceptable and valid for a period of 60 days after bid opening.
4. Bids must be submitted to Somali Regional State Education Bureau planning and programming department after 10 days of announcement on the newspaper at 10:00 AM
5. Bids will be opened on the 11th day after the announcement on the Ethiopian herald at 10:30 at 10:30 AM in the presence of bidders or legal representatives. Late Bids shall be rejected Bidders shall submit two envelopes <Qualification information & Bid Security> in one envelope and <Financial Bid>separately in another envelope and should be sealed in an outer envelope.
6. Evaluation is to be carried out in two stages, <Qualification information>first and <Financial bids>bids of qualified bidders next.
7. The Somali Regional State Education Bureau has a right to accept or reject the bid.
The Federal Democratic Republic of Ethiopia has received financing from the Consolidated WaSH Accounts (CWA) toward the cost of the project implementation of One Wash National Program II, and intends to apply part of the proceeds toward payments under the contract for Construction of Civil Works for Jeldessa woreda, Ayale gumgum Qabele Multi-village Rural Water Supply System
The Dire Dawa Water, Mines & Energy Office now invites sealed bids from eligible bidders for construction of Civil Works for Jeldessa woreda, Ayale gumgum Qabele Multi-village Rural Water Supply System. Project ID P167794No.BID Ref. No.Description of Works1ET-Dire Dawa WB199523-CWRFBConstruction of :- Supply and laying Borehole collector & transmission main pipe work, water conveyance system, masonry Reservoirs, water points, break pressure tank, cattle trough and guard house etc
Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible bidders.
Interested eligible bidders may obtain further information from the address below and obtain the bidding documents during office hours 09:00AM to 05:00 PM.
Bidder shall meet the following minimum qualifying criteria to qualify for award of the contract,
a. Minimum average annual construction turnover of ETB 26,250,000.00 calculated as total certified payment received for contracts in progress or completed within the last 3 years.
b. The bidder must demonstrate access to, or available of financial resources such as liquid assets, lines of credit and other financial means, other than any contractual advance payments to meet the construction cash flow requirement estimated as ETB 4,000,000.00
c. Experience under construction contracts in the role of prime contractor, subcontractor, or management contractor for at least the last 5(live) years, starting from 8th July 2015,
6. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of ETB 300 (Three Hundred Birr). The method of payment will be Cash against receipt
7. Bids must be delivered to the address below on or before 25th November 2020, 9:30AM 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 25 November 2020,10:00AM.
8. All bids must be accompanied by a Bid Security of ETB 400,000(four hundred Thousand) in freely convertible Currency.
9. The address referred to above is:
Dire Dawa Water, Mines & Energy Office
Address: Via number one road in front of Dire Dawa
Administration Federal Prison
P.O.box 18, Dire Dawa; Ethiopia Tel. +251-25-111-3358, Fax +251-25-111-11-32
1.The National Regional State of Oromia has allocated budget towards the cost of URRAP Bridge Construction Projects with approach Roads and intends to apply part of this budget to payments for the under listed projects. The Bridge Name, Location, Span Length, Amount of bid security, Minimum Annual construction turnover (ACT), and the total period of construction including the required mobilization time, for each Bridge project, is indicated in the table below;
No
Bridge River Name
Span Length(M)
Zone
Aana (Woreda)
Bid Bond Amount
Duration of the works including 45 days Mobilization Period (Cal.Days)
Peak Annual Construction Turnover (ACT)
1
Muka Arba
40
West Wellega
M/Sibu
115,400.00
548
15,000,000.00
2
Birbir
52
West Wellega
S/Nole
155,000.00
548
20,700,000.00
3
Suchi
24
West Wellega
Ayira
64,600.00
456
10,300,000.00
4
Suphe
24
Kellam Wellega
J/Horo
100,400.00
456
16,100,000.00
5
Qobi
24
Kellam Wellega
J/Horo
98,800.00
456
15,800,000.00
6
Gerba Guracha
32
West Arsi
Nansebo
109,900.00
548
14,600,000.00
7
Unke
39
Arsi
Shanan Kolo
130,900.00
548
17,500,000.00
8
Gogesa (with 1.6km Approach Road)
88
North Shoa
Dara
298,400.00
730
29,800,000.00
9
Balal
60
Borena
Taltale
140,700.00
730
14,100,000.00
10
Iyya (with 4.5 km Approach road)
32
Bale
M/Welabu
472,400.00
548
63,000,000.00
2. The Oromia Roads Authority (ORA) now invites eligible bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above Bridge projects.
3. Interested bidders shall submit the following evidence:
The bidders shall have a certificate of competency from Oromiya Construction Authority or Ministry of Federal Construction with Category; As the table below for each Bridge project, renewed for the bidding period and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
i. Trading /Business License renewed for bid period and Commercial Registration Certificate from authorized bodies.
ii. VAT & Tax payer Identification Certificate issued by the tax authority,
iii. Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission.
iv. Evidence of/Being/ Registered at Ethiopian Public Procurement and Property Administration Agency(PPAA) Supplier list.
No
Bridge Name
Span Length (M)
Category
1
Muka Arba
40
GC-6/RC-6/BC-6 & Above
2
Birbir
52
GC-6/RC-6/BC-6 & Above
3
Suchi
24
GC-6/RC-6/BC-6 & Above
4
Suphe
24
GC-6/RC-6/BC-6 & Above
5
Qobi
24
GC-6/RC-6/BC-6 & Above
6
Gerba Guracha
32
GC-6/RC-6/BC-6 & Above
7
Unke
39
GC-6/RC-6/BC-5 & Above
8
Gogesa (with 1.6km Approach Road)
88
GC-5/RC-5/BC-4 & Above
9
Balal
60
GC-5/RC-5/BC-4 & Above
10
Iyya (with 4.5 km Approach road)
32
GC-5/RC-5/BC-4 & Above
4. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document.
5. Interested eligible bidders may obtain further information and inspect the bidding documents, including a complete set of Engineering Drawings which is necessary for bidding purpose, at the address given below at office working hours. A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a non refundable fee of ETB 500.00 (Five Hundred Birr only) for each Bridge Project, effective from the first date of announcement up to deadline. The method of payment shall be in cash to the ORA’s Head Office Cashier.
6. Bidders can apply for one or for all or for any number of Bridges projects from the above listed Bridge projects and shall submit their bid separately for each Bridges project, they are interested to apply for.
7. Bidders shall submit One Original and two photocopies for both Technical proposals and financial offer. Technical proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document. Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope. Finally the whole documents shall be placed in a single wax-sealed envelope whose outer cover containing all necessary information about the firm & Employer including project information.
8. Bids must be delivered to the address below on or before November 30, 2020 at 10:00 A.M. All bids must be accompanied by a bid security indicated in the above table. Late bids will be rejected. Qualification Application, Financial offers, and Bid security of the bidders will be opened by the Oromia Roads Authority in the presence of bidders’ representatives who choose to attend at the address below on the final date and 30 minutes after bid submission as stated above.
9. Evaluation is to be carried out in two stages, Qualification Information First and Financial Bids of Qualified bidders next. Financial Proposal of qualified bidders will be opened at the same address given below on the date that is to be declared by the Authority’s Bid Endorsing Committee after completion of the evaluation of Technical Proposals. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder.
10. The Bid validity period shall be: 118 Calendar days after the latest date for submission of bid.
11. Oromiya Roads Authority reserves the right to reject any bid and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders.
Oromiya Regional Government Sectorial Office A building at Sarbet.
Dead Line: On the 15th working day of this announcement at 03:00 pm
Background
Adams Thermal System Foundation has allocated funds for procurement of Rehabilitation works of G+2 High School Building and now invites sealed bids from eligible bidders who can demonstrate adequate capital and proven experience for the supply of: Materials, labor, and equipment required for the Rehabilitation of G+2 High School Building located in Hosana, Hadiya Zone, SNNPR, Ethiopia.
Bidding is open to all contractors who can demonstrate Grade 5 GC/BC and above (for Ethiopian Companies).
Interested bidders can collect bidding document, including the Bill of Quantities & Specifications, Construction Drawings and Bid Evaluation Model from the address listed in this invitation between 10:00 AM and 4:00 PM during working days starting from the day of this announcement, upon payment of a non-refundable fee of 200,00 ETB (Two Hundred Birr) and upon submission of the following required documents:
a) Copy of renewed Business License;
b) Copy of valid Construction License;
c) An official covering letter requesting to participate in the Bid;
d) TAX clearance that demonstrate eligibility to participate for a bid in 2013 E.C.
4. All qualified bidders are strictly advised to visit the site before submitting bid documents
5. The financial and technical proposals should be submitted in one original and one copy in separate waxed sealed and stamped envelopes, labeling them as either original or copy Bids must be accompanied by bid security of 50,000,00 ETB (Fifty Thousand Birr) in CPO and must be in the name of Adams Thermal System Foundation, and must be submitted with separate envelop along with Technical Proposal.
7. Any request for clarification on the bid document could be addressed to the email address: lemmaabe@yahoo.com/bizuaze@yahoo.com/myfamengineering@gmail.com
8. Bids must be delivered to the address below on or before the 15th working day of this announcement at 03:00 PM.
9. The working language for this bid is: English.
10. Bids will be opened immediately thereafter at 03:30 pm (on the 15th working day of this announcement), in the presence of bidders or bidders’ representatives who choose to attend, at the address below. Late bids will be rejected and returned unopened to bidders.
11. Adams Thermal System Foundation reserves the right to accept or reject any or all the bids.
procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4)
Floating Date: As of October 30, 2020
RFQ No: 4041065
Closing date: November 20, 2020
Ethio Telecom invites interested and eligible bidders in this bid for the procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4).
Bid Remains under floating starting from October 30, 2020 Submission deadline: November 20, 2020 (until 05:00 PM)
Opening date: November 21, 2020 (at 10:00AM)
Bid documents can be obtained from ethio telecom’s HeadOffice, Room No. 201 during office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00(Birr one hundred only).
All Bids must be accompanied by a bid security in the amount of Birr 162,000.00 (One hundred sixty-two Thousand Birr only).
1.1. The bid bond shall be furnished in the format specified in the bid document.
2. Bidders are seriously advised to read and comply with the instructions provided in the bidding document and can obtain detailed information on the Ethio telecom web address.
3. Ethio telecom reserves the right to reject all or parts of this bid.
4. No one is allowed to duplicate or transfer the bidding document that she/he acquired to participate under this invitation. Legally authorized agents shall collect the bidding documents for each principal they are representing.
NB: – bid documents are available only on softcopy. Thus, bidders should come up with flash/CD.
For more information, please visit ethio telecom official web
Place of Bid Competitions:West wollega zone Lalo Asabi wereda
Remaining Time for Bid Submission (Check it!)
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING
To all contractor of category BC-4/GC-5 and above with renewed license valid for the current year (2013 E.C)
West wollega zone Lalo Asabi wereda the administration office has secured budget for the construction of G+3 office building project work at West wolega Lalo Assaabii Inango Town
West wolega Zone Lalo Asabi wereda Administration office now invite wax-sealed bids from eligible bidders who are interested and capable to allocate their sufficient resources for work of G+3 office building which can be completed within the maximum of 365 calendar days
Bidding will be conducted in accordance with the open national tendering procedure contained in the public procurement proclamation of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders.
The bidder shall in close the original and each copy of the bid, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY’. These envelopes containing the original, bid security (sealed separately) and the copies shall then be closed in one single envelope.
A complete set of bidding documents in English may be purchased by interested bidders on the submission of WRITTEN APPLICATION INDICATING THE PROJECT, VAT REGISTRATION CERTIFICATE, CERTIFICATE OF COMPETENCE, FROM MINISTRY OF CONSTRUCTION AND URBAN DEVELOPMENT, OR RENEWED REGISTRATION CERTIFICATE FRAME OROMIA CONSTRUCTION BUREAU, RENEWED TRADE LICENSE, RENEWED TRADE REGISTRATION CERTIFICATE, VALID TAX CLEARANCE, during period of bid validity from Oromia revenue bureau, to the address given below and up on payment of a non-refundable fee of Ethiopian birr 300.00 only in cash starting from the first date notice viewed on the newspaper during office hours through Monday to Friday
Bid must be delivered in the morning on or before 4:00am local time on the 21st day from the first announcement date (must be on working day) Original technical requirement will be opened on the same day at 4:30am local time in the presence of the bidders representatives who choose to attend,
The bid is valid for 90 days. All bids must be accompanied by a bid security of Ethiopia birr 150,000.00 (one hundred fifty thousand birr) for project which will be payable on the first demand to client bid security is acceptable in the form of CPO or Un conditional Bank Guarantee.
Late bid shall be rejected and West wolega Zone Lalo Asabi Wereda Administration office has the right to accept/reject the bid
For additional information or /Employers
Address: Tel 0575520004 or Mobile 0969958704/0911538082
procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4)
Floating Date: As of October 30, 2020
RFQ No: 4041065
Closing date: November 20, 2020
Ethio Telecom invites interested and eligible bidders in this bid for the procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4).
Bid Remains under floating starting from October 30, 2020 Submission deadline: November 20, 2020 (until 05:00 PM)
Opening date: November 21, 2020 (at 10:00AM)
Bid documents can be obtained from ethio telecom’s HeadOffice, Room No. 201 during office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00(Birr one hundred only).
All Bids must be accompanied by a bid security in the amount of Birr 162,000.00 (One hundred sixty-two Thousand Birr only).
1.1. The bid bond shall be furnished in the format specified in the bid document.
2. Bidders are seriously advised to read and comply with the instructions provided in the bidding document and can obtain detailed information on the Ethio telecom web address.
3. Ethio telecom reserves the right to reject all or parts of this bid.
4. No one is allowed to duplicate or transfer the bidding document that she/he acquired to participate under this invitation. Legally authorized agents shall collect the bidding documents for each principal they are representing.
NB: – bid documents are available only on softcopy. Thus, bidders should come up with flash/CD.
For more information, please visit ethio telecom official web
procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4)
Floating Date: As of October 30, 2020
RFQ No: 4041065
Closing date: November 20, 2020
Ethio Telecom invites interested and eligible bidders in this bid for the procurement of Duct and Manhole Construction at Bahirdar Industry Park (LOT 4).
Bid Remains under floating starting from October 30, 2020 Submission deadline: November 20, 2020 (until 05:00 PM)
Opening date: November 21, 2020 (at 10:00AM)
Bid documents can be obtained from ethio telecom’s HeadOffice, Room No. 201 during office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00(Birr one hundred only).
All Bids must be accompanied by a bid security in the amount of Birr 162,000.00 (One hundred sixty-two Thousand Birr only).
1.1. The bid bond shall be furnished in the format specified in the bid document.
2. Bidders are seriously advised to read and comply with the instructions provided in the bidding document and can obtain detailed information on the Ethio telecom web address.
3. Ethio telecom reserves the right to reject all or parts of this bid.
4. No one is allowed to duplicate or transfer the bidding document that she/he acquired to participate under this invitation. Legally authorized agents shall collect the bidding documents for each principal they are representing.
NB: – bid documents are available only on softcopy. Thus, bidders should come up with flash/CD.
For more information, please visit ethio telecom official web