Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
INVITATION FOR BID
IFB Reference No. ECWCT/NCB/PW-24/2013
The Ethiopian Construction Works Corporation (ECWC) here by invites registered eligible bidders for Sub-Contracting Design the Supply and Fix of Water Proofing Works for Federal Documents Authentication & Registration Agency 4B+G+ 21 offices building under National CompetitiveBidding (NCB).
Interested Potential Bidders are required to present renewed relevant Trade License for the fiscal year, VAT Registration Certificate, Tax Clearance Certificate, Online Supplier list Registration Certificate.
Bidding document should be prepared in English language.
Interested Potential Bidders obtain a complete set of bidding document from the office of Procurement Department against payment of none refundable fee of Birr300.00 upon presentation of Trade License Renewed for the fiscal year; VAT Registration Certificate, Tax Clearance Certificate and Online Supplier list Registration Certificate.
This invitation of bid is open to all interested potential bidders regardless of their nationality and the bid Evaluation and award shall be determined in accordance with the provision indicated in bidding Document.
The deadline for bid Submission shall be on November27, 2020 at 10:00 AM. Bid must be accompanied with aBid Security of an amount of 1% bid value but not greater than Birr 500,000.00 (five hundred thousand) in the form of certified cheque (CPO) or Bank guarantee in the name of Ethiopian Construction Works Corporation.
Bids must be delivered or deposited in the Tender Box situated at the office of the Procurement Department, before the closing date and time.
Bids will be opened on November 27, 2020 at 10:30 AM. In Ethiopian Construction Works Corporation Procurement Department office, in the presence of bidders and/or their representatives who choose to Attend.
The Ethiopian Construction Works Corporation reserves its rights to reject any or all bids.
Bidders may get further information at the following address:
Ethiopian Construction Works Corporation.
Adders Gured shola in front of Andinet International School.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to Bid
Invitation to National Competitive Bid for the procurement of Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work and Renovation work in different sites of Central North Region
Floating Date: As of November 16, 2020
RFQ No.: 4046400,4046414,4046415,4046416
1. Ethio telecom invites all interested and eligible bidders by this National Competitive Bid for the procurement of Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work, and Renovation work in different sites of Central North Region, to sign a contract agreement with the finally awarded bidder(s). The bid remains floating from November 16, 2020, to DECEMBER 1, 2020.
Bid documents can be obtained from ethio telecom Central North Region Main Office (Debre Birhan, Room No. 407 during office hours upon payment of a non-refundable fee of Birr 100.00 (Birr One Hundred only).
2. Sealed bids marked as: “Tender for Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work and Renovation work in different sites of Central North Region RFQ No. 4046400,4046414,4046415,4046416” and be addressed to:
Ethio telecom,
Central North Region / Debre Birhan
Sourcing and Supply Section
St. Selassie building 4th Floor, Room No.407,
Debre Birhan, Ethiopia.
Bid proposal will be received at the St. Selassie building which is near to the church, 4th floor room no 407, Before/on DECEMBER 1, 2020. until 5:00 P.M. Bids presented by any bidder after the closing date and time shall not be accepted
3. Bids received in time and fulfilling the other formalities shall be opened in the presence of interested bidders or their legal representatives on DECEMBER 2, 2020 at 10:00 A.M, at St. Selassie building 4th Floor, Room No 407.
4. Ethio telecom reserves the right to reject all or parts of this bid
5. Partial bid is allowed, but a bidder shall not participate for more than two RFQ (Lots). Partial bid per site is not allowed.
6. Bidders are seriously advised to read and comply with the instructions provided in this bidding document Interested eligible bidders may obtain further information from ethio telecom website, www.ethiotelecom.et
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation To Bid
(For All Contractors of category GC/BC-8 & Above)
Farm Africa is an international non-governmental organization with a mission to reduce poverty permanently by unleashing African farmers’ abilities to grow their incomes while managing their natural resources sustainably and has been operating in different parts of Ethiopia since 1985 G.C.
Now, therefore, Farm Africa would like to invite capable and eligible Contractors to submit sealed bids for providing the necessary labor, materials, and equipment for the construction of – Shade at Kemissie Town, Oromo Nationality Zone, Amhara Regional State;
And interested contractors/bidders who fulfill the under-listed requirements may collect the bidding documents from our office as indicated below.
Minimum Requirements: – Bidders are required to be: Legally registered as a Contractor with GC/BC-8 or
i. above grades; and have renewed license for the current year: Registered with tax authorities, and should be able to produce valid documentation including copies
ii of their tax clearance papers;
Bidding Instructions:
iii. The bid documents (including the technical specifications)can be collected from Farm Africa Ethiopia office, located at Black Gold Bldg (in front of Enat Bank Kazanchis), 6th floor against submittal of license copies. Issuance of the bid document will stay active for the
iv. next Ten (10) consecutive days – effective after the announcement of this bid; Interested bidders will be required to accompany their bids with a 2% bid guarantee/bid-bond of the total offer in the form of Certified Cheque /CPO or Unconditional Bank Guarantee. Sealed Bids marked as “Bid For Construction of Community Ponds” shall arrive Farm Africa Ethiopia
vi.office on or before November 20, 2020 – 10:30 AM; and the opening event will be held in the presence of bidders and/or their official representatives who wish to attend the event.
vii.Bidders are required to bring their own CD-R for collection of the bid; Bids submitted by bidders who do not meet the aforementioned minimum requirements, and bids
arriving later than the final submission date and time shall be rejected without further notice. Farm Africa reserves the right to accept or reject any or all bids.
Request for clarifications/inquiries can be forwarded to
X. the following address: Farm Africa Ethiopia Office, Black Gold Bldg. 6th floor
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
CONSTRUCTION BID ANNOUNCEMENT
ALL CONTRACTORS OF CATEGORY GC / BC 7 AND ABOVE to undertake:
Construction of Milk Collection & Processing Center in Sululta Town, & Rehabilitation of Diary Farm Center in Laga Tafo Town
SOS Sahel Ethiopia – Gender Transformative Climate Smart Agriculture & Agri-Business Project invites eligible bidders of the above categories to undertake construction works stated under each category.
A complete set of bidding documents can be obtained commencing 10, November 2020 from SOS Sahel Ethiopia Head Office in Addis Ababa during office hours (from 8:30 am to 5:00 pm) against non-refundable payment of Birr 200.00 (two hundred only);
Bid proposals shall be submitted in one original and one copy (both for technical & financial) in separately sealed envelope before or on the closing date of 26, November 2020 at 2:00pm to SOS Sahel Ethiopia – Head Office. Bid proposal must be accompanied by Bid Bond/CPO amount of 2% of the total offer prepared in the name of SOS Sahel Ethiopia.
Bid opening shall be held in the presence of bidders and/or their legal agents who wish to attend on 26, November 2020 at 2:30 pm at SOS Sahel Ethiopia – Head Office in Addis Ababa.
Interested companies may obtain further information from the organization Head Office on Tel. No. 0114-16-03-91;
Bidders are requested to fill the necessary details in the instruction to bidders.
Bidders shall attach copy of trade registration certificate, renewed trade license, and all necessary credentials together with the technical documents.
SOS Sahel Ethiopia reserves the right to reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
NOTICE OF INVITATION FOR BIDS
1. The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.
Package III (3)
Item/No
Project Name
EstimatedspanLength(m)
ProjectDuration
ContractDelivery
Procurement
Type
1
Construction
Works of Kubi River Bridge Project
66.00
1.0 Years
DBB
NCB
2
Construction Works of Mermersa Bridge under Kombolcha RNSMBD
40.50
1.5 Years
Note: -DBB = Design, Bid and Build; NCB = National Competitive Bidding;
2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above road projects.
3. Interested bidders shall submit the following evidence:
a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
i) Trading License renewed for 2012 EFY;
ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;
iii) VAT Registration Certificate; and
iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).
b. In case of bidders other than Ethiopians;
i) Business organization registration certificate or Trade License issued by the country of establishment.
ii) 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 if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
4. Bidding will be conducted through National Competitive Bidding (NCB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:
Qualification and Evaluation Criteria of Package III (3) Road Projects
4.1 Construction Works of Kubi River Bridge Project
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 50 Million (Peak)
ETB 126 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 94 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 15 Million
ETB 21 Million
3
General
Construction
Experience
2 Years Firm Experienceunder Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridgeconstruction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length andof 25 m and above with a valueof ETB 44 Million;orA Minimum ofTwo (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having total length of 25 M and above each with a value of ETB 22 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having total length of 66 m
a value of not less
than ETB 63 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-4 and above
4.2 Construction Works of Mermersa Bridge under Kombolcha RNSMBD
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 28 Million (Peak)
ETB 70 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 52 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 8 Million
ETB 11 Million
3
General
Construction
Experience
2 Years Firm Experience under Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridge construction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length of 6 m with a value not less than of ETB 37 Million;orA Minimum of
Two (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having minimum span length of 6 M and above each with a value of ETB 18 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having minimum total length of 40.5 m
with a value of not less
than ETB 52 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-5 and above
5. If a bidder is awarded and/or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects, and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criterion is stated in the respective bidding documents.
6.Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.
A complete set of bidding documents prepared in the English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of November 12, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia –Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15.
7.Bidders can apply for one or for all or for any number of projects from the above-listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economic advantage.
8.Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.
9.Evaluation is to be carried out in two stages, Qualification Information first and financial Bids of qualified Bidders next.
10.Bids must be delivered to the address, time, and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
11.The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.
12.For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
13.Bids must be delivered to the address below on or before December 24, 2020, at 2:30 P.M.
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay StreetP. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-551 71 70/79Fax. +251-11-5514866
14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bid
Bid No: – AAU/CHS/NCB/WG/01/2013/2020
Addis Ababa University College of Health Science hereby invites sealed bid from eligible and qualified GC 8 /BC 8 bidders With business license for 2013 E.C for the Construction of Renovation Work, Aluminum Partition Work and Maintenance work Bidder should fulfill the following requirement:
This invitation is for all metal work, aluminum work, construction work and other companies who works any renovation work.
In the case of Ethiopian bidders, renewed trading license indicating the stream of business in which it engaged and TIN certificate, Tax clearance certificate valid at bidding date and VAT registration certificate
Bidding will be conducted using the Open National Competitive Bidding (NCB) procedures specified in the Public Procurement Agency Guidelines and is open to all bidders as specified and defined in the bidding document.
Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30A.M to 12:00 P.M and 1:30P.M to 4:30 P.M from Monday to Friday local time; A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of written application to the address below and upon payment of a nonrefundable fee of ETB 200.00 (Two hundred birr- only) By Ethiopian Commercial Bank the address below Tikur Anbessa Specialized Hospital Account No. (1000000984519) Payed and bring the bank advice.
Bidders shall submit four envelops, Financial original and copy, Technical Original and copy “Qualification information & Bid Security” in Technical original document or separately in one envelope.
Evaluation is to be carried out in two stages after checked for minimum specification, Qualification information first and financial bids of qualified bidders next
Bids must be delivered to the address below on November 26,2020 before 2:00 pm. All bids must be accompanied by a bid Security of Birr 25,000.00 (Twenty five thousand birr only), late bids will be rejected. Qualification information and bid security of the bidders will be opened in the presence of bidders’ or their representatives who choose to attend at the address below at 2:30 pm on the same date of bid submission as stated above.
Address: Lideta sub city In front of Post office Black lion Hospital AddisAbabaUniversity College of Health Sciences 1st floor room no 123 Procurement teamOffice. TeL-0118697349
.Addis Ababa University College of Health Sciences Reserves the right to accept any or reject any or all bids.
Lideta sub city In front of Post office, Black lion Hospital P.O.Box 9086,AddisAbaba, Ethiopia, Tel. 0118697349
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids (IFB)
Bid Reference No: – AAU/NCB/REFB/10/2013/2020
1. Addis Ababa University now invites sealed bids from the eligible and qualified bidder for
No.LOT
1
Procurement Of Herbarium Renovation Works At School of Natural Science College (4 Kilo)
GC &BC-5
2
Procurement of Fence and Guard Housework at FBE college
GC & BC-6
3
Procurement of Fence at Butajira Meskan wereda
GC & BC-6
4
Procurement of AAU FBE Campus Ehetu Chole Building Roofing & Sanitary System Maintenance Work.
GC & BC-8
5
Procurement of Works of Fences and Gates at AAU Main Campus
GC & BC 4
2. Bidding will be conducted through National Competitive Bidding (NCB) procedures Contained in the Public Procurement Proclamation of the Federal government of Ethiopia which is open to all eligible and qualified bidders.
3. Interested eligible bidders may obtain further information and collect the Bidding Document at the address given below at 7 (a) from 8:30 AM to 5:30 PM
4. Eligible documents are:-Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN)
5. A complete set of the bidding document in English language may be purchased and inspected by interested bidders on the address below upon payment of a non-refundable fee of Ethiopian Birr 200.00 (Birr Three Hundred). The method of payment will be cash.
6. Bidding documents must be delivered to the address below at 7(c) on or before November 30, 2020, at 10:00 AM. Late bids shall be rejected.
7. Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 8 (d) on November 30, 2020, at 10:30 AM A)Documents shall be inspected Addis Ababa University University Procurement and Property Administration Directorate Room No.314.
B) Documents shall be issued at: Addis Ababa University University, Procurement, and Property Administration Directorate office, New Administration building Room No.314.
C) Bid documents shall be delivered to: Addis Ababa University, former Procurement and Property Administration Directorate office, Room No. 200
D) Bid documents shall be opened at: Addis Ababa University, former Procurement and Property Administration Directorate office, Room No. 200
8. All Bids must be accompanied by Bid Security for Lot I. Bid Security 220,000.00 Lot 2. Bid Security 25,000.00 Lot 3. Bid Security 25,000.00, Lot 4. Bid Security 50,226.00 and Lot 5. Bid Security 500,000.00 In the form of CPO or unconditional bank guarantee
10. Addis Ababa University reserves the right to reject any bid and to annul the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. Public Body: Addis Ababa University Procurement and Property Administration Directorate Office, the new Building Administration office, Room No. 314. Telephone Number: 0111 22 00 01/0111 24 32 72
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to Bidders
Re-ESLSE/PT/NCB/21/2012
Ethiopian Shipping and Logistics Services Enterprise would like to invite interested and eligible bidders for Multipurpose building data center construction work. Upon fulfilling the following terms and conditions.
Bidders who engaged in the sector shall present renewed trade license and registration, VAT registration, current tax clearance certificates, Tin number supplier list registration certificate with technical proposal.
. Bidders who engaged in Renewed and relevant registration on the ministry of construction certification of competency for categories GC-6/BC-5 and above.
The bid document shall be obtained from Ethiopian Shipping and Logistics Services Enterprise which is located on the former maritime building at 1st floor Office No 106 against payment of a non-refundable fee of Birr 200.00 (Two Hundred Birr) during office hours and obtain the bid document from 10th floor.
Bid document shall be accompanied with bid bond amount not less than 2% of the total price on the name of Ethiopian Shipping and Logistics Services Enterprise with technical Proposal in the form of unconditional bank guarantee or CPO that can be valid at least 73 days after bid opening If the amounts of bid security exceed 500,000 ETB the bidder shall reduce to 500,000 (five hundred thousand ETB).
Bidders shall submit financial and technical offers separately.
Bid document shall be submitted in the tender box of the above address on 8th floor on or before November 27/2020 at 2:00 pm and it shall be opened at 2:30 pm (afternoon) in the presence of bidders or their representatives.
Late bid shall not be accepted and return unopened.
Ethiopian Shipping & Logistics Services Enterprise reserves the right to accept or reject the bids partially or totally.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
NOTICE OF INVITATION FOR BIDS
1. The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.
Package III (3)
Item/No
Project Name
EstimatedspanLength(m)
ProjectDuration
ContractDelivery
Procurement
Type
1
Construction
Works of Kubi River Bridge Project
66.00
1.0 Years
DBB
NCB
2
Construction Works of Mermersa Bridge under Kombolcha RNSMBD
40.50
1.5 Years
Note: -DBB = Design, Bid and Build; NCB = National Competitive Bidding;
2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above road projects.
3. Interested bidders shall submit the following evidence:
a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
i) Trading License renewed for 2012 EFY;
ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;
iii) VAT Registration Certificate; and
iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).
b. In case of bidders other than Ethiopians;
i) Business organization registration certificate or Trade License issued by the country of establishment.
ii) 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 if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
4. Bidding will be conducted through National Competitive Bidding (NCB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:
Qualification and Evaluation Criteria of Package III (3) Road Projects
4.1 Construction Works of Kubi River Bridge Project
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 50 Million (Peak)
ETB 126 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 94 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 15 Million
ETB 21 Million
3
General
Construction
Experience
2 Years Firm Experienceunder Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridgeconstruction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length andof 25 m and above with a valueof ETB 44 Million;orA Minimum ofTwo (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having total length of 25 M and above each with a value of ETB 22 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having total length of 66 m
a value of not less
than ETB 63 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-4 and above
4.2 Construction Works of Mermersa Bridge under Kombolcha RNSMBD
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 28 Million (Peak)
ETB 70 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 52 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 8 Million
ETB 11 Million
3
General
Construction
Experience
2 Years Firm Experience under Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridge construction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length of 6 m with a value not less than of ETB 37 Million;orA Minimum of
Two (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having minimum span length of 6 M and above each with a value of ETB 18 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having minimum total length of 40.5 m
with a value of not less
than ETB 52 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-5 and above
5. If a bidder is awarded and/or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects, and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criterion is stated in the respective bidding documents.
6.Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.
A complete set of bidding documents prepared in the English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of November 12, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia –Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15.
7.Bidders can apply for one or for all or for any number of projects from the above-listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economic advantage.
8.Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.
9.Evaluation is to be carried out in two stages, Qualification Information first and financial Bids of qualified Bidders next.
10.Bids must be delivered to the address, time, and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
11.The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.
12.For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
13.Bids must be delivered to the address below on or before December 24, 2020, at 2:30 P.M.
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay StreetP. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-551 71 70/79Fax. +251-11-5514866
14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Re-invitation for Bids
Procurement of Works
COUNTRY: Federal Democratic Republic of Ethiopia
NAME OF PROJECT: Second Urban Water Supply and Sanitation Project (UWSSPII)
Project ID: IDA Credit No 6007-ET/6008-ET
Contract Title: Procurement of Construction of Communal and Public Toilets Reference No.: ET-MOWIE-143535-CW-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Second Urban Water Supply and Sanitation Project (UWSSPII), and intends to apply part of the proceeds toward payments under the contract sanitation facilities.
The Dessie Town Water Supply and Sewerage Service now invite sealed bids from eligible bidders for the construction of the following public and communal toilets:
S/No
IdentificationNum of the NCB
DescriptionofWork
No of individual of Buildings
Place of Work
01
ET-MOWIE 143535-CW-RFB
Public Toilet
05
Amhara Regional StateDessieTown, 401 km to the North east from AddisAbaba
02
ET-MOWIE143535-CW-RFB
Communal Toilet
05
Bidding will be conducted through the National Competitive Bidding procedures as specified in the procedure of Government of Ethiopia, Federal Government Procurement and Property Administration Proclamation No. 649/2009 and the Federal Government Public Procurement Directive issued by the Ministry of Finance and Economic Development, June 2010.
Interested eligible bidders may obtain further information from Dessie Town Water Supply and Sewerage Service office, Second Urban Water supply and Sanitation Project Alemayehu Ali e-mail alexemanali@gmail.com and inspect the bidding documents during office hours 2:30 AM to 5:30 PM i.e. 2:30 Local Time -11:30 Local Time) at the address given below.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 500.00(Five hundred Ethiopian Birr) or its equivalent in freely convertible currency. The method of payment will be in cash.
Bids must be delivered to the address below within 30(thirty) calendar days counted from the first day noticed posted on the newspaper at 2:30 P.M. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on the same day at3:00P.M.
All bids must be accompanied by a Bid Security of 1% of the bid amount or an equivalent amount in the form of Bank Guarantee/CPO/ in the bid currency in the name of Dessie Town Water Supply and Sewerage Service office, Second Urban Water Supply and Sanitation Project.
The address (es) referred above is (are): Attn: Alemayehu Ali, Street; Near Alkan health college