The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

GC-3

B+G+5 SUB & SUPPER STRUCTURE…

Published on:Reporter ( ኅዳር 2፣ 2013 )Place of Bid Competitions:አዲስ አበባ
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

የግንባታ ሥራ ጨረታ

ድርጅታችን ሶሬቲ ኢንተርናሽናል ትሬዲንግ በአዲስ አበባ ከተማ ቦሌ ክ/ከ ወረዳ 8 ልዩ ስሙ ሰሚት ሳፋሪ አካባቢ እያስገነባ ባለዉ የB+G+5 ቅይጥ አገልግሎት ህንፃ ከዚህ በታች የተዘረዘሩትን የግንባታ ሥራዎች የእጅ ዋጋ ብቁ የሆኑ ኮንትራክተሮችን አወዳድሮ ማሰራት ይፈልጋል።

በመሆኑም

  • 1ኛ የታደሰ የግንባታና ንግድ ፍቃድ
  • 2ኛ የሙያ ብቃት ማረጋገጫ የምስክር ወረቀት
  • 3ኛ የግብር ከፋይ መለያ ቁጥር

4ኛ/የተጨማሪ እሴት ታክስ VAT  ወይም TOT ተመዝጋቢ መሆኑን  የሚያሳይ የምስክር ወረቀት ማቅረብ የሚችል ማንኛዉም ተጫራች የጨረታ ሰነዱን ከሶሬቲ ኢንተርናሽናል ትሬዲንግ ዋና መ/ቤት ቢሮ በአዲስ አበባ ከተማ ቦሌ ክ/ከ ፍሬንድሽፕ ህንጻ አምስተኛ ፎቅ ቢሮ ቁጥር 505 በመቅረብ መዉሰድ የምትችሉ ሲሆን

  1. SUB & SUPPER STRUCTURE
  2. BLOCK WORK & PLASTERING
  3. ROOFING WORK
  4. ELECTRICAL WORK
  5. SANITORY WORK

የጨረታ ሰነድ መዉሰጃ ቀን ከ ዕሮብ 02/03/2013 እስከ ሰኞ 07/03/2013  ድረስ ይሆናል።

የጨረታ ሰነድ ተሞልቶ በሰም በታሸገ ኢንቨሎፕ መመለሻ ዕሮብ በቀን 09/03/2013  ከቀኑ 8፡00 ሰዓት ይመለስና በእለቱ በ 8፡30 ሰዓት

ተጨራቾች ባሉበት ይከፈታል፡፡

ማንኛውም ተጫራች የስራዉን ዝርዝር ሁኔታ በሳይቱ ላይ በመገኘት መረጃ መዉስድ ይኖርበታል፡፡

አሸናፊዉ ማሸነፉ በተገረዉ በ1 ሳምንት ዉስጥ ሥራ መጀመር  ይኖርበታል፡፡

ድርጅቱ በሙሉም ሆነ በከፊል ጦረታዉን የመሰረዝ መብቱ በህግ የተጠበቀ ነዉ።

መስኖ ልማት ፕሮጀክት…

Published on:Addis Zemen ( ኅዳር 2፣ 2013 )Place of Bid Competitions:በኦሮሚያ ክልላዊ መንግሥት በምሥራቅ ባሌ ዞን የጊንር ወረዳ
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

የጨረታ ማስታወቂያ

በኦሮሚያ ክልላዊ መንግሥት በምሥራቅ ባሌ ዞን የጊንር ወረዳ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት በ2013 በጀት ዓመት ኤጅፕ/AGP-II/ ፕሮግራም በተገኘው ፈንድ የጊንር ወረዳ የግብርና እና ተፈጥሮ ሀብት ጽ/ቤት መልካ ኦዳ ቀበሌ ማህበር መልካ ኦዳ የኩሬ መስኖ ልማት ፕሮጀክት (Malka oda MIP Irrigation project/፣ ጫንጮ ቀበሌ ማህበር አሹቴ ጓጉሮ SSI ፕሮጀክት ሪሃቢሊቴሽን (Ashutee Gaguro SSI Project Rehabilitation ) አርዳ ተሬ ቀበሌ ማህበር ጉደያ SSI ፕሮጀክት up ግሬዲንግ (Gudaya SSI Project uP Grading) ደረጃቸው GC እና WWC የሆኑ ኮንትራክተሮችን ወይም ጥቃቅንና ኢንተርፕራይዞችን /IMX/ በግልጽ ጨረታ አወዳድሮ ለመስራት ይፈልጋል።

መስፈርቶች፡

  1. በውሃና በመስኖ ሥራ ፍቃድ GC እና WWC ያለው።
  2. ከሕጋዊ መስሪያ ቤት የማስረጃ ሰርተፍኬት የምስክር ወረቀት (Professional License) ማቅረብ የሚችል።
  3. ከኦሮሚያ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት የአቅራቢነት ደብዳቤ ማቅረብ የሚችል።
  4. የሙያ ብቃት ማረጋገጫ ማስረጃ ከኦሮሚያ ኮንስትራክሽን ቢሮ ማቅረብ የሚችል።
  5. ከአንድ ሚሊዮን ብር (1,000,000.00) በላይ የቫት ተመዝጋቢነት ማስረጃ ማቅረብ የሚችል።
  6. የ2012 የመንግሥት ግብር የከፈለበትን ፍቃድ ያሳደሰበትን ማስረጃ ማቅረብ የሚችል፡፡
  7. የጥቅም ግጭት የማይገባውን ጥቅም ለማግኘት ከምንጩ ነፃ መሆኑን የሚያሳውቅ ማስረጃ መቅረብ አለበት::
  8. የግብር ከፋይ መለያ ቁጥር እና የቫት ተመዝጋቢነት ማስረጃ ማቅረብ የሚችል፡፡
  9. በጨረታው ሰነድ ላይ በእያንዳንዱ ገጽ ላይ ማህተም መምታት፣ ፊርማ፣ አድራሻ እና ስልክ ቁጥር በማድረግ አንድ ኦርጅናልና ፎቶ ኮፒ ማስረጃ ማቅረብ የሚችል::
  10. ተጫራቾቹ የጨረታውን ሰነድ በማይመለስ ብር 100 (አንድ መቶ) ከጊንር ወረዳ ገቢዎች ባለሥልጣን ዘወትር በመንግሥት የሥራ ሰዓት መግዛት ይችላሉ።
  11. በጨረታው ሰነድ ላይ ስርዝ ድልዝ መኖር የለበትም፣ ስርዝ ድልዝ ካለው ኃላፊነቱ የተወዳዳሪው ይሆናል።
  12. አንድ ተጫራች በሌላው ተጫራች ላይ ተመርኩዞ ዋጋ መሙላት የተከለከለ ነው።
  13. ተጫራቹ በአካል መገኘት አለበት ወይም ሕጋዊ ውክልና ማስረጃ ማቅረብ የሚችል ሰው መወከል ይኖርበታል።
  14. ማንኛውም ተጫራች የጨረታው ማስከበሪያ በባንክ የተመሰከረለትን ቼክ ሲፒኦ (CPO) 1% ማቅረብ አለበት።
  15. የጨረታው ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ለተከታታይ 21(ሃያ አንድ) ቀናት አየር ላይ ከዋለ በኋላ በ22ኛው(ሃያ ሁለተኛ ቀን ከጠዋቱ 4፡00 ታሽጎ በ4:30 በጊንር ወረዳ አፈ ጉባኤ ይከፈታል፤ የመክፈቻው ቀን በዓል ወይም ከሥራ ቀን ውጪ ከሆነ በሚቀጥለው የሥራ ቀን ይሆናል።
  16. ጨረታው ከተከፈተ በኋላ የሚቀርብ የጨረታ ሰነድ ተቀባይነት የለውም፤ ዋጋ ማሻሻል አይቻልም::
  17. መስፈርት የማያሟሉ ተጫራቾች ከውድድር ውጭ ይሆናሉ::
  18. ተጫራቾች የጨረታ ሰነዱን በሰም በታሸገ ፖስታ በማድረግ ኦርጅናል እና ፎቶ ኮፒውን በአንድ ፖስታ ላይ በማሸግ ጨረታው የሚከፈትበት ዕለት ማቅረብ ይኖርባቸዋል::
  19. ተጫራቾች ፕሮጀክት የሚሰራበት ቦታ በአካል ሄዶ ማየት አለባቸው /site visit/ ::
  20. መስሪያ ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን ፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብት አለው፡፡

ለበለጠ መረጃ ስልክ ቁጥር፡- 0923505052/0912185473

በምሥራቅ ባሌ ዞን የጊንር ወረዳ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት

ትምህርት ቤት ግንባታ፣… የዶዘር ኪራይ ፣…

Published on:Addis Zemen ( ኅዳር 2፣ 2013 )Place of Bid Competitions:በአማራ ብሄራዊ ክልላዊ መንግሰት በሰሜን ወሎ ዞን አስተዳደር የቡግና ወረዳ 
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

ግልፅ ጨረታ ማስታወቂያ

በአማራ ብሄራዊ ክልላዊ መንግሰት በሰሜን ወሎ ዞን አስተዳደር የቡግና ወረዳ ገ/ኢ/ት/ጽ/ቤት ግዥና ንብረት አስተዳደር ቡድን ለቡ/ወ/ሴ/መ/ቤቶች አገልግሎት የሚውሉ ግንባታዎችንና የማሽን ኪራዮችን በግልጽ ጨረታ በሎቲንግ ሲስተም፤ አወዳድሮ ማሰራት ይፈልጋል፡፡ ስለዚህ የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቶች መወዳደር የሚችሉ መሆኑን ይጋብዛል።

  1. በአዲሱ የንግድ አዋጅ መሰረት በየዘርፉ የታደሰ የንግድ ስራ ፈቃድ ያላቸው።
  2. የግብር ከፋይ መለያ ቁጥር የቲን/ተመዝጋቢ የሆነ።
  3. ግዢ ከ200,000 ብር በላይ ከሆነ የቫት ተመዝጋቢነት የምስክር ወረቀት ማቅረብ የሚችል
  4. ከውሃ ምንጭ ግንባታ ዉጭ ላሉት ሌሎች የግንባታ ዘርፍ ደረጃ 9 እና በላይ የብቃት ማረጋገጫ ማቅረብ የሚችሉ::
  5. ተጫራቾች በጨረታለመሳተፍ ከላይ በተራቁጥር ከ1-4 የተጠቀሱትንና  የሚመለከታቸውን ፎቶ ኮፒ ማስረጃዎች ከመጫረቻ ሰነዳቸው ጋር አያይዘው ማቅረብ /ማስገባት አለባቸው።
  6. የሚገዙ እቃዎች ዝርዝር መግለጫ ስፔስፍኬሽን/ ከጨረታ ሰነዱ ጋር ማግኘት ይችላሉ፡፡
  7. የጨረታ ሰነዱን በየሎቱ የተከፋፈለ ሲሆን
  • ሎት 1፡- የFTC ግንባታ ፣
  • ሎት 2፡- የእንስሳት ክሊኒክ ግንባታ
  • ሎት 3 ፦ ትምህርት ቤት ግንባታ፣
  • ሎት 4፡ የትምህርት ቤት አጥር ግንባታ፣
  • ሎት 5 : የሽድ ግንባታ፣
  • ሎት 6፡የመንገድ ፎርድ ግንባታ፣
  • ሎት 7 : የዶዘር ኪራይ ፣
  • ሎት8 የኤክስካቫተር ኪራይ
  • ሎት 9፣ የውሃ ምንጭ ግንባታ ከሎት 1 እስከ ሎት 8 ድረስ ያሉትን ለእያንዳዳቸው 100 ብር /አንድ መቶ ብር/ በመከፈል እንዲሁም ሎት 9፡- 30 /ሰላሳ ብር/ በመክፈል መግዛት ይችላሉ።

8. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና /ቢድ ቦንድ / ለሚወዳደሩበት ለእያንዳንዱ ሎት የሞሉትን ጠቅላላ ዋጋ 2% በባንክ በተረጋገጠ የክፍያ ትእዛዝ /ሲፒኦ/ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በጥሬ ገንዘብ ማስያዝ ይጠበቅባቸዋል።

9. ማንኛውም ተጫራች የጨረታ ሀሳቡን በአንድ ወይም አንድ ወጥ በሆነ ሁለት ቅጅዎች ማለትም ዋናና ቅጅ በማለት በጥንቃቄ በታሸገ ፖስታ በቡ/ወ/ገ/ኢ/ት/ጽ/ቤት ግዥና ን/አስተዳደር ቡድን ቢሮ ቁጥር1 4 በተዘጋጀው የጨረታ ሳጥን የግልፅ ጨረታው አየር ላይ ከወጣበት ቀን ጀምሮ የኤክስካቫተር እና ዶዘር ኪራይን እስከ 15 ኛው ቀን ድረስ ግንባታን የግልፅ ጨረታው አየር ላይ ከወጣበት ቀን ጀምሮ 21 ኛውቀን ድረስ ዘወትር በስራ ሰዓት ማስገባት ይኖርባቸዋል።

10. ጨረታው ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በቡግና ወረዳ ገ/ኢ/ት/ጽ/ቤት ግ/ን/አ/ቡ/ቢሮ ቁጥር 14 የኤክስካቫተር እና ዶዘር ኪራይን ጨረታው የወጣበት ቀን ጀምሮ በሚታሰብ በ16ኛው ቀን ግንባታዎችን የግልፅ ጨረታው እየር ላይ ከወጣበት ቀን ጀም 22 ኛው ቀን 4፡00 ሰዓት ታሽጎ በዛው ቀን 4፡30 ይከፈታል፡፡ የተጠቀሰው ቀን ቅዳሜና እሁድ ከሆነ ወይም በካላንደር ዝግ ከሆነ በሚቀጥለው የስራ ቀን በተመሳሳይ ሰዓት ታሽጎ በተመሳሳይ ስዓት ይከፈታል።

11. መስሪያ ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው።

12. በጨረታው ለመሳተፍ የሚፈልጉ ስለጨረታው ዝርዝር መረጃ ከፈለጉ ሱ/ወ/ገ/ኢ/ት/ጽ/ቤት ግ/ን/አስ/ቡድን ቢሮ ቁጥር 14 በእካል በመገኘት ወይም በስልክ ቁጥር 0913143820 ወይም 0921264455 በመደወል ግኘት ይችላሉ፡፡

የቡ/ወ/ገ/ኢ/ት/ጽ/ቤት ዓይና

የመጠጥ ውሃ ጉድጓዶችን ማስቆፈር…

Published on:Addis Zemen ( ኅዳር 2፣ 2013 )Place of Bid Competitions:ለም ገና የቀድሞ ኮቢል የነዳጅ ማደያ /በአሁኑ Oilbya በስተግራ 100ሜ ገባ ብሎ
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

 የጨረታ ማስታወቂያ

የኦሮሞ ራስ አገዝ ማህበር (ኦስራ) መንግስታዊ ያልሆነ አገር በቀል የበጐ አድራጐት ድርጅት ሲሆን፡-

  1. በወሊሶ ወረዳ በተለያዩ የገጠር ቀበሌዎች ለህብረተሰብና ለትምህርት ቤቶች መካከለኛ የመጠጥ ውሃ ጉድጓዶችን ማስቆፈር እና
  2. የመሬት አጠቃቀም ፖሊሲ ጥናት ማድረግ(Land use policy research) ስለሚፈልግ፡

ከዚህ ቀጥሎ የተዘረዘሩትን መስፈርቶች የሚያሟሉና በጨረታው መወዳደር የሚፈልጉ፡

  1. በዘርፉ የታደሰ የሥራ /የንግድ/ ፍቃድ ያለው፣
  2. ከዘመኑ ግብር ዕዳ ነፃ መሆኑን ማስረጃ ማቅረብ የሚችልና፣
  3. የጨረታ ማስከበሪያ ከሚያቀርበ ዋጋ 1% (CPO) ማስያዝ የሚችል፣ ለም ገና የቀድሞ ኮቢል የነዳጅ ማደያ /በአሁኑ Oilbya በስተግራ 100ሜ ገባ ብሎ በሚገኘው ቢሯችን በመቅረብጨረታው በጋዜጣ ከወጣበት ቀን ጀምሮ ባሉት8 ተከታታይ የስራ ቀናት ዘወትር በሥራ ሰዓት ለዚህ የተዘጋጀውን TOR በመውሰድ የሚጫረቱበትን ዋጋና  ቴክኒክ እንዲያስገቡ እንጠይቃለን፡፡ ተጫራቾች የመወዳደሪያ ዶክመንታቸውን ጨረታው ከወጣበት ቀን ጀምሮ በ15 ተከታታይ የስራ ቀናት፡ ውስጥ ለድርጅቱ ማስረከብ ይኖርባቸዋል፡፡ ጨረታ በ16ተኛው ቀን ከጠዋቱ በ4፡00ሰዓት በድርጅቱ ዋና መ/ቤት ተጫራቾች ወይም  ህጋዊ ወኪሎቻቸው በተገኙበትይከፈታል፡፡

ድርጅቱ የተሻለ ዘዴ ካገኘ ጨረታውን በከፊል ሆነ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው::

በዋጋ ላይ ተንተርሶ ዋጋ ማቅረብ አይቻልም፡፡

ለበለጠ  መረጃ፡- በስልክ ቁጥር 00 251-11-367-91-01 /02/00 በስራ ሰዓት ደውለው መረዳት ይችላሉ፡፡

የኦሮሞ ራስ አገዝ ማኅበር

አነስተኛ መስኖ ግንባታ

Published on:Addis Zemen ( ኅዳር 2፣ 2013 )Place of Bid Competitions:በኦሮሚያ ክልል ሰሜን ሸዋ ዞን የግራር ጃርሶ ወረዳ 
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

የጨረታ ማስታወቂያ ግ/ጨ/ ቁጥር 01/2013

በኦሮሚያ ክልል ሰሜን ሸዋ ዞን የግራር ጃርሶ ወረዳ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት ለ2013 ዓ.ም በኤጀፕ (AGP) በተፈቀደ በጀት ለግራር ጃርሶ ወረዳ እርሻ እና ተፈጥሮ ሃብት ልማት ለመስኖ አገልግሎት የሚውል ግራር ገበር ቀበሌ ውስጥ የሚገኝ ግራር ፊንጫዋ አነስተኛ መስኖ ግንባታ ጠቅላላ ውሃ ሥራዎች (wwc)እና ጀነራል ኮንትራከተር(GC) ፍቃድ ያላቸውን አወዳደሮ ማሰራት ይፈልጋል፡፡ ስለዚህ ከዚህ በታች የሚከተሉትንመስፈርቶች የሚያሟሉ ተጫራቾች እንዲካፈሉ ተጋብዘዋል፡፡

ስለሆነም

  1. ተጫራቾች በሚወዳደሩበት ዘርፍ የተሰማሩበትን የ2013 ዓ.ም. የታደሰ የንግድ ፍቃድ ያላቸው፣ የዘመኑን የመንግስት ግብር የከፈሉ፣ የተጨማሪ እሴት ታክስ (VAT) ተመዝጋቢ የሆኑ፣ የግብር ከፋይ መለያ ቁጥር (TIN) ያላቸው፣ እንደውም 2012/13 ዓ.ም. የታደሰ የሥራ ፍቃድ ያላቸው፡፡
  2. የሚሰራው ግንባታ ዝርዝር መግለጫ (ስፔስፊኬሽን) ከጨረታ ሰነዱ ላይ ማግኘት ይችላሉ፡፡
  3. ተጫራቾች ለጨረታ ማስከበሪያ በባንክ የተረጋገጠ ሲፒኦ / CPO/ ከጠቅላላ ዋጋ 1 % ከጨረታ ሰነድ ጋር ለግራር ጀርሶ ወረዳ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት ከጨረታ ሰነድ ጋር ማቅረብ የሚችሉ፡፡
  4.  ተጫራቾች የጨረታውን ሰነድ ይህ ማስታወቂያ በጋዜጣ ከወጣበት ቀን ጀምሮ ለ30 ተከታታይ ቀናት የማይመለስ ብር300.00 (ሶስት መቶ ብር) በመክፈል ከመ/ቤቱ ቢሮ ቁጥር5.2 መግዛት ይችላሉ፡
  5. ማንኛውም ተጫራች የጨረታ ሰነዱን ከግራር ጃርሶ ወረዳ ገንዘብና ኢኮኖሚ ትብብር ጽ/ቤት በመውሰድ ስታሸገ ኢንቨሎፕ ኦርጅናል እና ኮፒ ለየብቻ በማሸግ ይህ ማስታወቂያ አየር ላይ ከዋለበት ቀን ጀምሮ እስከ 31ኛው ቀን ዘወትር በስራ ሰዓት ማስገባት ይችላሉ እንዲሁም የታሸገ ኦሪጅናል እና ኮፒ በአንድ ፖስታ ታሽጎ መቅረብ አለበት፡፡
  6. ጨረታው በ31ኛ ቀን በ8፡00 ሰዓት ተዘግቶ በዚያውኑ ቀን በ8፡30 ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ይከፈታል ፡፡ ባይገኙም ጨረታውን መክፈት አያግድም፡፡
  7.  ተጫራቾች በጨረታ ሰነዱ ላይ የሚሞሉት ነጠላ ዋጋ ስርዝ ድልዝ መኖር የለበትም ስርዝ ድልዝ ካለው መፈረም አለበት :
  8. አሸናፊ ድርጅት የአሸነፈስት ደብዳቤ ሲደርሰው የሥራ ማስፈፀሚያ ዋስትና (Bank Grant Insurance) 10% እና የቅድመ ክፍያ ዋስትና (unconditional Advance bank Grant) ማስያዝ ይኖርበታል፡፡
  9. አንድ ተጫራች በሌሎች ተጫራቾች ዋጋ ላይ ተንተርሶ ዋጋ ማቅረብ አይችልም፡፡
  10. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡
  11. ከጨረታው መክፈቻ ቀንና ሰዓት በኋላ የሚቀርብ የጨረታ ሰነድ ተቀባይነት የለውም፡፡
  12. . የጨረታው መዝጊያና መክፈቻ ቀን ከመደበኛ የስራ ቀናት ውጪ ከዋለ ቀጣዩ የስራ ቀን እንደ ጨረታ መዝጊያና መክፈቻ ቀን ይቆጠራል፡፡
  13. ተጫራቾች የሚያቀርቡት ጠቅላላ ዋጋተጨማሪ እሴት ታክስን VAT/ እና ሌሎችንም ያጠቃለለ መሆን አለበት፡፡
  14. ጨረታው ከተከፈተ በኋላ የቀረበው የጨረታ ሰነድ መቀየር ማሻሻል ወይም ከጨረታው ራሱን ማግለል አይቻልም፡፡
  15. ተወዳዳሪዎች ከውድድሩ በፊት ቦታውን በአካል ተገኝተው ማየት አለባቸው፡፡

አድራሻ፡- በጎጃም መንገድ ከአዲስ አበባ 112 ኪ/ሜትር ፍቼ ከተማ ቴሌ ፊት ለፊት ነው፡፡ መረጃ፡- በስልክ ቁጥር 0111609470 ወይም011135 0056 ደውለው መጠየቅ ይችላሉ፡፡

የግራር ጃርሶ ወረዳ ገንዘብና ኢኮኖሚ

ትብብር ጽ/ቤት

Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work and Renovation work

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

Please Check the Countdown!

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   

Ethio telecom

Construction of kamashi bus station

Published on:Ethiopian Herald ( Nov 11, 2020 )Place of Bid Competitions:BENISHANGUL GUMUZ
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check the Countdown!

 Invitation to Bid

The BENISHANGUL GUMUZ REGIONAL STATE, Roads and Transport invites contractors with their professional certificate and trade license valid for the year 2013 E.C and registered for VAT and listed in the category of registered contractors in the Ministry of Construction and temporary registration in Benishangul Gumuz Regional State  Urban Development and Construction bureau to submit sealed bids for providing the necessary labor, materials, and equipment for the numbers listed below:-

  • 1. Package-1 Construction of kamashi bus station which is located in Benishangul gumuz region kamash zone, kamash woreda.
  • 1. Interested eligible bidders may obtain further information and inspect the bidding document at the office of:
  • Benishangul Gumuz Regional State, Roads and Transport Authority
  • Tel:057-7750729 Fax: 057-775 04 04,P.O.Box:126 ASSOSA/ETHIOPIA/

2. Each prospective bidder proposing to bid for this project must submit Registration Certificate for category GC 5, BC-5 and above respectively, Currently Renewed Business License, VAT Registration, Tax Payer Registration, and Tax Clearance Certificates.

3. A complete set of bidding documents may be purchased by any interested eligible bidder on the submission of a written application to the above address and payment of a non-refundable fee of Ethiopian Birr 200 (Two Hundred) for each set of document starting from the first appearance of this advertisement on the Ethiopian Herald for the coming 30 days. The final submission date and closing of the Bid proposals will be on the 31st date of this announcement on the Ethiopian Herald at 4:00 am /local time in the morning, and it shall be opened the same date at 8:00 and 8:30am local time in the morning in the premises of Benishangul Gumuz road and transport authority. A proposal, which is received late will be returned unopened to the respective bidder.

4. All Bids must be accompanied by a bid security of Ethiopian Birr 3% of bidder financial from legal banks of Ethiopia. The bid security shall be payable on demand to the enterprise and must be an irrevocable Letter of Credit, or Bank Guarantee, or a Certified Payment Order (CPO) at the bidder’s option except for any insurance company guaranties.

5. Sealed bids containing one original and two copies of technical and financial proposals documents should be submitted separately.

The bid along with the bid security must be delivered to the Rural Roads Authority’s  Procurement and Materials Management Work process Office, P.O. Box 126, Assosa on/before the date and time specified above.

6. Bids will be opened in the presence of bidder’s representatives to attend at the Rural Roads Authority’s Library Office.

If the 31st  date of this announcement lies on a weekend or a Holiday, the opening date will be the next working day while the time remains the same.

The Construction of the work shall be completed within 240 calendar days from commencement of works

a. The BENISHANGUL GUMUZ REGIONAL STATE, Road and Transport Authority reserves the right to reject any or all bids, to waive informalities, to advertise for new bids or to proceed and do the work otherwise as may be for its best interest.

7. Bidder’s representative must bring the represented letter and renewed ID card.

BENISHANGUL GUMUZ REGIONAL STATE,

ROAD AND TRANSPORT AUTHORITY

Civil Work Construction with Supply and Installation of Pipes, Fittings and Electromechanical equipment for Guradhamole Multi-Village Water Supply Project

Published on:Ethiopian Herald ( Nov 11, 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 Bids (IFB)

Water Development Commission Procurement of Works

COUNTRY: ETHIOPIA

NAME OF PROJECT: OWNP (CWA Phase-II) Credit No.: IDA-64450/P167794

Contract Title: Civil Work Construction with Supply and Installation of Pipes, Fittings and

Electromechanical equipment for Guradhamole Multi-Village Water Supply Project in Somali Region

Reference No. ET-WDC-192697-CW-RFB

  1. The Federal Democratic Republic of Ethiopia has received financing from the World Bank for the implementation of Water Supply, Sanitation & Hygiene program (One WaSH National Program phase-II) in the country. The Water Development Commission (WDC) intends to apply part of the proceeds to cover eligible payments under the contract for construction of Civil Work Construction with Supply and Installation of Pipes, Fittings and Electromechanical equipment for Guradhamole Multi-Village Water Supply Project in Somali Region Liban Zone Guradhamole Woreda. WDC now invites sealed bids from eligible bidders for the above-mentioned works.
  2. Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s “Procurement regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018”), and is open to all eligible bidders as defined in the Procurement Guideline.
  3. Key Qualification Requirements are:
  • Financial Capability: The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as ETB,18,300,000 for the subject contract(s) net of the Bidder’s other commitments
  • Average Annual Construction Turnover: Minimum average annual construction turnover of ETB 330,000,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last 5 (five)years
  • Specific Construction & Contract Management Experience: A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2015 and application submission deadline:(i) 1 (one) contract of minimum value of ETB 176,750,000.00
  • Note: Detail Qualification requirement will be provided in the bidding document.

4. Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30AM to 5:00 PM Local time at the address given below.

5. A complete set of bidding documents in English Language may be purchased by interested bidders up on submission of a written application to and upon payment of a non-refundable fee of ETB 500.00 (five Hundred) or equivalent amount in a freely convertible currency.

6. Bids must be delivered to the address below on or before December 11th 2020 at 14:00 hours (2:00 P.M). Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on December 11th 2020 at 14:30hours (2:30 P.M).

7. All bids must be accompanied by a Bid Security of ETB 1,100,000.00 (ETB One Million One Hundred Thousand) or in freely convertible Currency.

8. The address referred to above is:

Ministry of Water Irrigation and Energy, Water Development Commission, Haile Gebre Sellasie

Avenue, Room Number 114.

Attention to: Mr. Nuredin Mohammed, Engineering, Procurement and Contract Management

Directorate, Director P.O.BOX 13/1076 Telephone: +251-11-663-70-18, Facsimile

number: +251-11-661-08-85,

Email address: nuredinmohammed@yahoo.com   City Addis Ababa, 

Construction of building or related structures (like schools, health institutions …etc)

Published on:The Daily Monitor ( Nov 11, 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!

PROCUREMENT REFERENCE NUMBER: Construct 01/21

Date: November 10, 2020

Subject: INVITATION TO BID

World Vision Ethiopia (WVE) is an International Humanitarian Christian Organization whose objective is to provide holistic and integrated development and emergency response programs in the country.

World Vision’s work in Ethiopia contributes to the well-being of vulnerable children in partnership with the church, civil society and the government.

Initiatives include education, food security, health, HIV and AIDS, water, sanitation, and hygiene, as well as sponsorship management. All programs are implemented with the goal of addressing the strategic and basic needs of children while supporting and building the capacity of families and communities. World Vision is implementing DFSA food security program in Daro Lebu woreda with a strategic goal of addressing the basic needs of children while ensuring food security of chronically food-insecure households. World Vision Ethiopia Daro Lebu Woreda DFSA Office seeks to pre-qualify potential contractors with relevant capabilities and experiences for the current fiscal year in the following categories.

  1. All contractors in the Category of building and infrastructures construction (GC) grade 7 (seven) and above, registered licensed, renewed & valid for the year 2013 EC or 2012 with tax clearance (2020 GC). The contractor should be well experienced and accomplished construction of building or related structures (like schools, health institutions …etc)
  2. All contractors in the Category of waterworks construction(WWC) grade 7 (seven) and above, registered, licensed, renewed & valid for the year 2013 EC or 2012 with tax clearance (2020GC). The contractor should be well experienced & accomplished construction of water supply projects (like different sizes pipeline installation, reservoirs, construction, water point construction …etc)

Interested eligible contractors can register at World Vision Ethiopia-Head Office on the address shown below by delivering credential renewed license and upon submitting valid email address of the company during working hours (9:00 AM to 12:00 PM and 1:30 PM to 4:00 PM), From November 23 – 25,2020. The bidding document will be distributed to the bidders through e-mail address given to the unit on November 26, 2020.

WVE- Supply chain unit (DFSA), Head Office, Addis Ababa Phone:

251-116-291245, P.O.Box -3330, Addis Ababa ,

located at Gerji –Mebrathail, in front Totot traditional Restaurant

Or

WVE– Supply Chain Unit (DFSA ), Daro Lebu office, Mechara Phone

251-025 557-07-09- Micheta town In front of Woreda Health Center

The qualification document being completed with requested detail and shall prepare the bid in envelope sealed in wax & stamped & signed, duly marking the envelope as “ORGINAL” (no need of copy), must be delivered to the above in address the bid box prepared for this purpose on December 3, 2020 on or before 2:30 PM.

N. B: please note that one company can only be prequalified at one of WVE branch offices or at Head office of WVE. WVE has the right to reject if the company is prequalified in more than offices.

World Vision Ethiopia reserves the right to reject any or all the applications.

Construction of Nachakulit Small Scale Irrigation project

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

Please Check It!

Invitation for Bids (IFB)

  • Gurage Zone Water Mine & Energy Department, SNNPR Ethiopia
  • IFB Title – Construction of Nachakulit Small Scale Irrigation project National Competitive Bidding (NCB)
  • BID No.

1. Gurage Zone Finance Department now invites wax-sealed bids from eligible bidders for the construction of Demkash SSIS at Gurage Zone, in Kebena Woreda the sources of the budget is the zone capital program budget at GZWMED.

No.Project NameWoreda
Bid security/ETH Birr/ Budgetcode Level
1Demkash SSISKebena30,000ZonalCapital WWC &

GC 6 and

above

2. Bidding will be conducted through a National Competitive Bidding (NCB) procedure specified in the Public Procurement Proclamation of the Federal Government of Ethiopia. Bids shall be valid for a period of 90 (Ninety days) days after Bid opening.

3. Bids must be accompanied by a bid security in the form of unconditional bank guarantee or CPO and shall remain valid for 90 (Ninety) days. Insurance bond is not acceptable.

4. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application and copies of necessary renewed licenses with originals from the Gurage Zone Finance Department at Gurage Zone FEDD Building at the ground. Tel. No. 0113300112/0118308797, upon payment of a non-refundable fee of Birr 200.00.

5. Bids must be delivered to the Gurage Zone Finance Department at Gurage Zone FEDD Building at the ground and address. Wolkite Town, Tel. No. 0113300112/0118308797 at or before 2:00 PM on 21st day of announcement of this invitation for bid notice on The Ethiopian Herald newspaper with wax sealed technical & financial tender, one original & two copy should summit separately for each (financial & technical). Electronic bidding will not be permitted. Late bids will be rejected.

6. Bids will be opened in the presence of the bidders/their representatives choose to attend in person at 2:30 PM .on 21st day of this announcement on The Ethiopian Herald newspaper at Gurage Zone FEDD Building 2nd floor Conference Hall, Wolkite Town. If there will be public holiday & weekend 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. Gurage Zone Water Mine & Energy Department reserves the right to reject all or part of the bid.

8. Full Address: Gurage Zone Finance Department & Water Mine & Energy Department, SNNPR, Ethiopia,

  • Tel. No.0113300112/0118308797/011330046 Fax 0113300469 Wolkite

Construction of Gravel road with drainage.

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 International Competitive Bid

Bid No.: JJ/CIP/CW/002/20/21

and JJ/UIIDP/CW/003/20/21

The SRS -Jigjiga City Administration Office of Finance and Economic Development (SRSJCAOFED) has capital budget and Performance Grants from World Bank’s implementing the  Urban Institutional and Infrastructure Development Program (UIIDP)investments in infrastructure, services and capacity building to enhance the institutional and organizational performance  of participating Urban Local Government of Ethiopia. (SRS-JCAOFED) has capital budget and Performance grant for the Construction of Gravel road with drainage.

  1. Bidding will be conducted in accordance with  the open International tendering procedures contained in the Public Procurement and Property administration Proclamation of the Government of the Federal Democratic Republic of Ethiopia and is open to all bidders from eligible source countries.
  2. Interested eligible bidders may obtain further information from SRS-JCAOFED and inspect the bidding document at the address given below at 7(a) During working hours (8:00 am-12:00 am, in the morning and 2:00pm -5:30 pm in the afternoon) until bid closing date.
  3. A complete set of bidding documents in English may be obtained by paying nonrefundable birr of 300 (three hundred birr only)
  4. Bid must be delivered to the Address below at 7(b) on or before 45th day as of the bid is advertised on the Ethiopian Herald Newspaper at 9:00 AM in the morning. NB; if the bid opening ceremony date is not a working day, the bid opening date will be on the next working day.
  5. All bids must be accompanied by a bid security of amount 1 % of their total offer in the form of CPO or unconditional Bank guarantee, check or in cash from domestic Commercial Banks in the name of SRS ligjioa City Administration Office  of Finance and Economic Development
  6. Bids will be opened in the presence of the bidders  or their representatives who choose to attend the event at the address below at 7(b) at 9:30 AM
  7. (a) Documents will be issued at SRS-Jigjiga City Administration Office of Finance and Economic Development, room No.3 Mob +251911053103  (b) Bids must be delivered to, and will be opened at SRS-Jigjiga City Administration Office of Finance and Economic Development, room No.3
  8. SRS-Jigjiga City Administration Office of Finance and Economic Development reserves the right to reject any or all bids and any items of the bid.

SRS -Jigjiga City Administration Office of

Finance and Economic Development

Back of UNHCR Guest House

Mob +251911053103

Jigjiga, Ethiopia

Civil Works Construction, Supply & Installation of Pipes & Fittings and Supply and Installation of Electromechanical equipment Waliso Town (South West Shawa Zone) Water Supply Project in Oromia National Regional State

Published on:Ethiopian Herald ( Nov 10, 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 BIDS (RFB)

Employer: OROMIA WATER & ENERGY RESOURCE DEVELOPMENT BUREAU

Project: Water Supply, Sanitation & Hygiene

Country: The Federal Democratic Republic of Ethiopia

Contract Title: Civil Work, Supply & Installation of Pipes & Fittings &

Supply & Installation of Electromechanical Equipment of Waliso TWSSP

Contract Reference No.: ET-OROMIA WERDB-167909-CW-RFB

  1. The Government of Ethiopia has received a Credit/Grant from different financers (WB, KOICA, DFID, AfDB, UNICEF, the Government of Finland) including the share of the government toward the cost of Water Supply and Sanitation Projects of OWNP-CWA phase II and use proceeds of this Credit/Grant to payments under the contracts for Civil Works Construction, Supply & Installation of Pipes & Fittings and Supply and Installation of Electromechanical equipment Waliso Town (South West Shawa Zone) Water Supply Project in Oromia National Regional State.
  2. The Oromia National Regional Government Water and Energy Resource Development Bureau  now, therefore, invites sealed bid from eligible Bidders for the execution of the project
  3. Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s Procurement Regulation for IPF Borrowers July 2016, Revised Nov. 2016 and August 2018 and is open to all eligible bidders as defined in the Procurement Guidelines and is open to all eligible bidders as defined in the Procurement Guidelines
  4. Interested eligible bidders may obtain further information from Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during oflice hours 8:30AM to 5:30P.M. at the address given below.
  5. 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 800,00 (Eight Hundred) in cash.
  6. Bids must be delivered to the address below on or before December 18, 2020 at 10:30 AM (4:00 local time), 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 December 18, 2020, at 10:30 AM (4:30 local time).
  7. Bid must be accompanied by a Bid Security of ETB 500,000.00 (Five Hundred Thousand) or its equivalent in a freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau
  8. An average annual construction turnover of ETB 212,000,000,00 calculated as total certified payments received for contracts in progress and/or completed within the last five years and a specific experience of at least one similar contract in the last five years with a value ETB 130,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
  9. The Bureau reserves the right to accept or reject all or parts of the bid.
  10. The address(es) referred to above is (are):

Address: Oromia Water & Energy Resource Development Bureau, One WaSH National

Program Implementation Unit, Bole Road around Olympia next to Admas University

Olympia Campus on Amina Building 2nd Floor Room No. 208.

P.O. Box: 8630

Tel. 011 557 1306/1274/78/

Fax: 011 557 1298/99

Construction G+1 Housing in Qabridaher Town.

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

Please Check It!

INVITATION FOR BIDDING (IFB)ቨ

IFB NO: – 03/2013

Project Code:-274/01/00007

Project Scope: – Ongoing Project

IFB Title: – Construction of G+1 Qabrida her Town

  1. The Somali Regional State, Housing Development and Administration Agency, invited bid documents from eligible bidders for Construction G+1 Housing in Qabridaher Town.
  2. The Housing Development and Administration Agency of the Somali regional state invites all interested eligible bidders (BC/GC grade 5 and above) by this national competitive bid (NCB) for the procurement Housing of G+1 Construction in Qabridaher Town.
  3. Interested eligible bidders may obtain the complete bidding document, upon payment of a non-refundable fee of Birr 300 (Birr three hundred only) in per bidders from the Agency Bureau located on the Ground floor inside the finance and procurement room.
  4. Housing Development and Administration Agency in Jigjiga, within 10(Ten) working days, the first appearance of this announcement during the official working hours.
  5. Bidders are seriously advised to read and comply with the instructions given in this bidding document.
  6. A complete set of bidding documents for Construction G+1 Housing, by legal and interested bidders that have the following requirements’, Renewed trade license, Vat registration certificate, Supply list certificate from the Somali regional state, Bureau of finance and economic development, Tax clearance certificate
  7. Interested and Eligible bidders may obtain further information from the Agency Bureau,
  8. All bids must be accompanied by a security of 1% of the bid amount in the form of the bank guarantee, Cash or CPO, and submitted before closing date.
  9. Bid will be opened in the Housing Development and Administration Agency logistic and finance office on the presence of bidders or their representative on the 10th days of the appearance of announcement shall be opened in the next few days.
  10. The original and copy of the bid document shall be signed and sealed on all pages by the bidders.
  11. The Somali Regional State Housing Development and Administration Agency have the right to rejected all parts of these Bids.
  • NB:- For further information please call +0251252780793/+251911825929

Construction of Water Supply Projects in SNNPR Gurage Zone,

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

Please Check It!

Invitation for Bids (IFB)

SNNPR, Guraghe Zone Water Mine & Energy Department

IFB Title Civil work Construction

National Competitive Bidding (NCB)

BID No. GZWMED/CWC/02/2013

1. Guraghe Zone Finance Department now invites wax-sealed bids from eligible bidders for the construction of Water Supply Projects in SNNPR Gurage Zone, the projects listed woreda for Guraghe zone water, mine & energy department.

No.Project NameWoredaBid security / ETH Birr/Budget Code Level 
1Gerino Phase-I WSPGedebano Gutazer Wolene Woreda40,000Zone CapitalFive & above WWC 
2Rumug Phase II WSPKebena40,000>> >> 
3Dinkula-Jene Phase II WSPEndegagn40,000>> >> 
4Meger adoshe WSP Rehabilitaion 1Cheha 10,000Meger Adoshe (Koica)Seven &Eight 
5Meger adoshe WSPRehabilitation IIEnor ener10,000Meger Adoshe (Koica) Seven &Eight 

2.Bidding will be conducted through a NATIONAL COMPETITIVE BIDDING (NCB) procedure specified in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries as defined in the Guidelines.

3. Bids shall be valid for a period of Ninety (90) days after Bid opening.

4. A Bidder shall submit only one Bid, if not it will be Rejected.

5. Bids must be accompanied by a bid security in the form of unconditional bank guarantee or CPO and shall remain valid for one hundred twenty (120) days. Insurance bond is not acceptable.

6. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application and copies of necessary renewed licenses with originals, from the Gurage zone Finance Department in Wolkite Town, Tel. No. 0113300112, upon payment of a non-refundable fee of Birr 300 for Each Bid.

7. Bids must be delivered to the Gurage zone Finance & Economic Development department at FEDD Building in Wolbite Town, Tel. No. 0113300112, at or before 2:00 p.m. on 21st day of announcement of this invitation for bid notice on The Ethiopian Herald newspaper with wax sealed technical & financial tender, one original & two copies should submit separately. Electronic bidding will not be permitted. Late bids will be rejected.

8. Bids will be opened in the presence of the bidders/their representatives who choose to attend in person at 2:30 pm on the 21st day of this announcement on The Ethiopian Herald newspaper at Gurage zone FEDD Building Conference Hall in Wolkite Town. If there will be a public holiday & weekend on this date, the closing and opening of the bid will take place on the next working day at the same time and on the same venue.

9. Gurage zone Finance department reserves the right to reject all or part of the bid.

10. Full Address: SNNPR Gurage Zone, Finance department

Telephone number 0113300112

Wolkite, Ethiopia

Supply and Installation of Street Light at different areas of Central Addis Ababa City

Published on:Ethiopian Herald ( Nov 10, 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!

NOTICE OF INVITATION FOR BID

1. The Addis Ababa City Road Authority; acting as a representative of the Addis  Ababa City Administration has allocated budget towards the cost of the following Supply and Installation of Street Lights at different Areas of Addis Ababa Road Projects.

2. The description of the projects is as follows:

2.1Supply and Installation of Street Light at different areas of Central Addis Ababa City Lot-1.

The project consists of the following Segments:

I. No.LIST OF ROAD SEGMENTS
1Post office to Tikur Anbesa Hospital
2Libya Embassy to Metrology
3Gibi Gebrile Junction to Kazanchize 6th Police Station
4Kazanchis Total to S/T Urale Church
5Banko Diroma Jun.to Eribekentu Jun.
6Degol Sq. to Eri-Bekentu Bridge
7Arada Building to Abune Petros
8Torhiloch to Saris Weintej
9Gumruk through Con & Business Bank to Senga Tera Sq.
10Mexico Beside Federal Inland Revenun to Orbis Jun
11Road No.162 to Akaki Kality Police Station (Fright terminal)
12From 4 Kilo to 6 Kilo to shiromeda
13Giorgis to Semen Mazegaja to Addisu Gebeya
14Goro-ICT Park

2.2Supply and Installation of Street Lights at different areas of own force roadprojects, Lot-2

The project consists of the following Segments:

I.NOLIST OF ROAD SEGMENTS
1Weyra – Betel
2Amanuaiel – Mesalemiya – Ring Road
3Sport Commission – Kokob Building Phase 2
45 Kilo Anbesa Gibi – FBE campus – Egypt Embassy
5Ferensaye K/Miheret – Gurara Abo
6Kality Total – Mebrat Haiyel
7Akaki Kality Road – Akaki Technical College – Tuludimtu
8Kadisco Factory – Maseltegna No.2
9Kadisco Factory – crawen Hotel No.1
10Mexico RA – Africa Union –Bulgaria Mazoria
11Nefaselk Lafto – Anbesa Garage No.1 and No.2
12Shiromeda Hamere Noh – Kidane mihiret
13Roba dabo Gerji Mebrat Haile
14Yeka Michael – Begtera – Millennium
15Tele Chaf (77 kutir Mazoria) – Basiliyos
16Anfo meda – keraniyo (Keraniyo – Ambo Phase -2)

Supply and Installation of Street Lights at different areas of own force road projects, Lot-3

The project consists of the following Segments:

I.NOLIST OF ROAD SEGMENTS
1Hana Mariam – Dama Hotel – Lafto Michael
2Koye feche condominium Asphalt road
3Yeka Ayat 2 and 3 Asphalt road
4Coca-Cola Geja Sefer Asphalt road
5Shiromeda – Kuskuwam Asphalt road
6Anbesa Garage – Jijiga Asphalt sefer road
7Kality Total – Akaki Bridge – Tulu dimtu Asphalt road
8Wello Sefer – Urael Asphalt road
9Werku Sefer – Shekla Mission Church – Addisu Sefer Asphalt road

2.3 Supply and Installation of Street Lights at different areas of own force road

projects, Lot-4

The project consists of the following Segments:

I.NOLIST OF ROAD SEGMENTS
1Lebu Musica Sefer Asphalt Road
2Yerer Ber – Mebrathaile — Madden Minister Asphalt Road
3Civil Service University – Gurd Shola Asphalt Road
4Kotebe Amanuaiel-Kotebe Rut Asphalt road
5Kirkos Margeja – Bulgaria Asphalt road
6Summit Jbuti Embassy Asphalt road
7Augusta plant Akababai Asphalt road
8Betel – Keranyo Asphalt road
9Yeka sub city Balesiltanat Menoriya Asphalt road
10Amigo Cafe – Ring road Asphalt road
11Kmema Kmeme Asphalt road
12Bella Road Ferensaye Park – Ferensaye Abo Churche Asphalt road
13Ethio Parent School – Unity University Anbessa Garage Asphalt road
14Kechene Kuskuwam Asphalt Road
15Washington RA – Legehare Asphalt road
16Agona Cinema – Senegal Embassy Asphalt road
17Zenebework RA – Yekedmo Bisrat Wenegel Asphalt road
18Gotera Interchange

2.5 Supply and Installation of Street Lights at different areas of Condominium Road Project Lot-5.

The project consists of the following Segments:

I. NoRoad Segments Name
1Deberezeit Road to Gelan Condominium 30m width and 10m width
2Senga – Tera 40/60 Condominium Asphalt Road
3Akaki – Crown 40/60 Condominium Asphalt Road
4Ehil Neged 40/60 Condominium Asphalt Road
5Yeka Ayat Two 20/80 Condominium Asphalt Road
6Bole Bulbula 20/80 Condominium Asphalt Road
7Gemo II 20/80 Condominium Asphalt Road
8Gemo III 20/80 Condominium Asphalt Road
9Gelane III 20/80 Condominium Asphalt Road

3.The Addis Ababa City Roads Authority (AACRA) now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction of the above five Supply and Installation of Street Light projects.

4.Interested bidders shall submit the following evidence:

a) In case of Ethiopian Bidders:i. Certificate of Registration from Ministry of Urban Development, Housing andConstruction or other appropriate regional bureaus with

  •  Category RC- 4 and above or GC-5 and above renewed for 2012 EFY and Certificate of Registration from Ethiopian Energy Authority renewed for 2012 EFY for Supply and Installation of Street Light at different areas of Central Addis Ababa Lot – 1, Supply and Installation of Street Lights at different areas of own force road projects, Lot-2 and Supply and Installation of Street Lights at different areas of own force road projects, Lot-3
  • Category RC- 5 and above or GC-5 and above renewed for 2012 EFY and Certificate of Registration from Ethiopian Energy Authority renewed for 2012 EFY for Supply and Installation of Street Lights at different areas of own force road projects, Lot-4 and Supply and Installation of Street Lights at different areas of Condominium Road Project Lot -5.

ii. Trading License renewed for 2012 EFY;

iii. Tax Clearance Certificate, which states that the bidder can participate in any public tender and valid at the deadline for submission of the bids;

iv. VAT Registration Certificate;

v. 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; Business Organization Registration Certificate or Trade License issued by the country of establishment.

5.Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible firms as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash flow, General and Specific Experience for the five projects are as shown below:

5.1 Supply and Installation of Street Lights at different areas of Central Addis Ababa Road Asset Management Lot – 1

NoQualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over

 (ACT)


ETB 81.7 Million (Peak)
ETB 163.4 Million (Average)ETB 122.6 Million (Average)
2

Liquid asset /cashflowrequirement(CF) 
ETB 20.4 MillionETB 27.2 MillionETB 27.2 Million
3General construction ExperienceA minimum of Two (2) years of experience under constructioncontracts in the role of Contractor, Joint Venture partner or SubContractor prior to the deadline for bid submission A minimum of Five (5) years of experienceunder construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid  Submission. A minimum of Five (5) years of experienceunder construction contracts in the role ofContractor, Joint Venture partner or SubContractor prior to the deadline for bidSubmission. 
4Specific constructionexperience at least one (1) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 81.7 Million.Orat least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at leastETB 40.85 Millionat least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 81.7 Million at least two (2) Supply and Installation of Street Light Project orSubstations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 81.7 Million 



5.2 Supply and Installation of Street Lights at different areas of own force road projects, Lot-2

NoQualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over

 (ACT)
ETB 87.1 Million (Peak)ETB 174.2 Million (Average)ETB 130..6 Million (Average)
2

Liquid asset /cashflowrequirement(CF) 
ETB 21.8 MillionETB 29 MillionETB 29 Million
3General construction ExperienceA minimum of Two (2) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid Submission. A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub contractor prior to the deadline for bid Submission. 
4Specific constructionexperience at least one (1) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 87.1 Million. Or at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 43.5 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 87.1 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at leastETB 87.1 Million 

5.3 Supply and Installation of Street Lights at different areas of own force road projects, Lot-3

NoQualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over

 (ACT)


ETB 77.4 Million (Peak)
ETB 154.8 Million (Average)ETB 116.1 Million (Average)
2

Liquid asset /cashflowrequirement(CF) 
ETB 19.3 MillionETB 25.8 MillionETB 25.8 Million
3General construction ExperienceA minimum of Two (2) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bid Submission. A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bid Submission. 
4Specific construction experience at least one (1) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, JointVenture partner or Sub-Contractor with a contract price of at least ETB 77.4 Million.Orat least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 38.7 Million at least two (2) Supply and Installation of Street Light Project orSubstations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 77.4 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 77.4 Million 

5.4 Supply and installation of street lights in different areas of own force road projects lot -4

NoQualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over

 (ACT)


ETB 65.00 Million (Peak)
ETB 130.00 Million (Average)ETB 97.5 Million (Average)
2Liquid asset /cashflowrequirement(CF) ETB 16.2 MillionETB 21.7 MillionETB 21.7 Million
3General construction ExperienceA minimum of Two (2) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bidsubmission. A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub  Contractor prior to the deadline for bid  submission. 
4Specific constructionexperience at least one (1) Supply and Installation of Street Light Project orSubstations or Compound Lightings or Distribution Line project,or Road Construction Project (Which incorporates Supply andinstallation of Street Light) which is 75% successfully andsubstantially completed within the last 10 years as Contractor, JointVenture partner or Sub-Contractor with a contract price of at leastETB 65.00 Million.Orat least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 32.50 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 65.00 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 65.00 Million 

5.5 Supply and installation of street lights at different areas of condominium road projects lot-5

NoQualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over

 (ACT)


ETB 71.3 Million (Peak)
ETB 142.6 Million (Average)ETB 106.9 Million (Average)
2

Liquid asset /cashflowrequirement(CF) 
ETB 17.8 MillionETB 23.8 MillionETB 23.8 Million
3General construction ExperienceTwo (2) years of experience under contracts in the role of Contractor, Joint Venture partner or Sub Contractor in electro mechanical or electrical worksfive (5) years of experience under contracts in the role of Contractor, Joint Venture partner or Sub Contractor in electro mechanical or electrical works. five (5) years of experience under contracts in the role of Contractor, Joint Venture partner or Sub Contractor in electro mechanical or electrical works
4Specific constructionexperience at least one (1) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply andinstallation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 71.3 Million.Orat least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 35.65 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 71.3 Million at least two (2) Supply and Installation of Street Light Project or Substations or Compound Lightings or Distribution Line project, or Road Construction Project (Which incorporates Supply and installation of Street Light) which is 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 71.3 Million 

6. If a Bidder was awarded and /or recommended for award of any works contract/s by AACRA with in the last 6 (six) month prior to the bid submission, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject project; and criteria of the awarded contract/s and/or those recommended to be awarded.

7. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 to 12:30 A.M and 1:30 to 5:30 PM from Mondays to Thursdays and 8:30 to 11:30 A.M and 1:30 P.M to 5:30 PM on Fridays.

A complete set of bidding document prepared in 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 100 foreach project effective as of November 9, 2020. The method of payment shall be in cash.

Address: Addis Ababa City Roads AuthorityEngineering Procurement Directorate, Ground Floor, Room No. 36 Tel: 251-11-372-89-60 Addis Ababa, Ethiopia

8. Bidders shall submit their bids in two envelopes, “Qualification information & Bid Security” in one envelope and Financial Bid” separately in another envelope and the two envelops sealed in other outer envelope.

9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified bidders next.

10.The value of total certified payments received in each year (Annual Construction Tumover) shall be adjusted for inflation of Birr value by multiplying them by Cn/Co factor, where an is value of 1 US Dollar in Birr on the date 28 days prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the exchange rate prevailing on the last date of the respective fiscal year.

11.For the specific experience requirement, the contract price 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 On 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 I US Dollar to Ethiopian Bir at the date of signing the contract. The basis of computing Dollar value of Birr shall be the selling exchange rate issued by the National Bank of Ethiopia.

12. Bids must be delivered to the address below on or before December 8, 2020 at 2:30 P. M. All bids must be accompanied by a bid security of ETB 500,000.00 (ETB: Five Hundred Thousand) for each project. Late bids will be rejected. One original and four copies of the bids have to be submitted. The Qualification information and Bid security of the bidders will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose 16’attend at Address below.Director-General

Addis Ababa City Roads AuthorityIn front of Alexander Pushkin Round about P. O. Box 9206

Addis Ababa, Ethiopia Tel. +251-11-371-34-00 Fax. +251-11-371-29-82

13. The Addis Ababa City Roads Authority reserves the right to accept or reject any or all bids.

ADDIS ABABA CITY ROADS AUTHORITY

Sub-Contracting Design the Supply and Fix of Water Proofing Works for Federal Documents Authentication & Registration Agency 4B+G+ 21 offices building

Published on:Ethiopian:Ethiopian Herald ( Nov 10, 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 BID

IFB Reference No. ECWCT/NCB/PW-24/2013

The Ethiopian Construction Works Corporation (ECWC) hereby 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 Competitive Bidding (NCB).

  1.  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.
  2. The bidding document should be prepared in the English language.
  3. Interested Potential Bidders obtain a complete set of bidding documents from the office of the Procurement Department against payment of a non-refundable fee of Birr 300.00 upon presentation of Trade License renewed for the fiscal year; VAT Registration Certificate, Tax Clearance Certificate, and Online Supplier list Registration Certificate.
  4. This invitation of a 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 the Bidding Document.
  5. The deadline for bid Submission shall be on November 27, 2020, at 10:00 AM. The bid must be accompanied by a Bid Security of an amount of 1% bid value but not greater than Birr 500,000.00 (five hundred thousand) in the form of a certified cheque (CPO) or Bank guarantee in the name of Ethiopian Construction Works Corporation.
  6. Bids must be delivered or deposited in the Tender Box situated at the office of the Procurement Department, before the closing date and time.
  7. 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.
  8. The Ethiopian Construction Works Corporation reserves its right to reject any or all bids.
  9. Bidders may get further information at the following address:

Ethiopian Construction Works Corporation

Address Gurd shola in front of Andinet International

School. P.O. Box 21952/1000, Addis Ababa, Ethiopia, Telephone No. 251-11-8 72 30 86/011 8 96 29

91/011 8 67 80 89

Urban infrastructure construction

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!

የተለያዩ ግንባታ

Published on:Addis Zemen ( ኅዳር 1፣ 2013 )Place of Bid Competitions:ሸዋሮቢት
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)

Please Check It!

የጨረታ ቁጥር 005/2013

ግልጽ ጨረታ ማስታወቂያ

በአማራ ብሔራዊ ክልላዊ መንግስት የሰ/ሸዋ ዞን የቀወት ወረዳ የገ/ኢ/ት/ጽ/ቤት ለቀወት ወረዳ ሴ/መ/ቤቶች አገልግሎት የሚውሉ ለ2013 በጀት አመት የተለያዩ ግንባታ እና እቃ ግዥ/ በግልጽ ጨረታ አወዳድሮ መግዛት ይፈልጋል ::

  • ሎት .1 አለሎ ቀበሌ ወንበር ጎጥ ቁ.2 የውሃ ታንከር ግንባታ ስራ
  • ሎት 2 ወክፈሌ ቀበሌ ጎድጓዲት ጎጥ ቁ.2 የውሃ ታንከር ግንባታ ስራ
  • ሎት 3 ብርብራና ገልገሎ ቀበሌ ገድር ጎጥ ቁ.2 የውሃ ታንከር ግንባታ ስራ
  • ሎት 4 አለሎ ቀበሌ ወንበርያ ጎጥ ቁ.1 የምንጭ አይን ውሃ ግንባታ ስራ
  • ሎት 5 ብርብራና ገልገሎ ቀበሌ ገድር ጎጥ ቁ.1 የምንጭ አይን ውሃ ግንባታ ስራ
  • ሎት 6 ወክፈሌ ቀበሌ ጎድጓዲት ጎጥ ቁ.1 የምንጭ አይን ውሃ ግንባታ ስራ
  • ሎት 7. አለሎ ቀበሌ ወንበርያ ጎጥ ቁ.3 የውሃ መስመር ዝርጋታ ስራ
  • ሎት 8 የእንስሳት መድሀኒት ግዢ

ስለዚህ የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቾች መወዳደር የሚችሉ መሆኑን ይጋብዛል።

  1. በዘመኑ የታደሰ ህጋዊ የንግድ ፈቃድ ያላቸው።
  2. የግብር ከፋይ መለያ ቁጥር /TIN/ ያላቸው።
  3. ከሎት 1 እስከ ሎት 7 ድረስ የሚወዳደሩ ተጫራቾች፡ የግዥው መጠን ከብር 500,000 በላይ ከሆነ የቫት ተመዝጋቢ የሆኑበት ሰርተፍኬት ማቅረብ ይጠበቅባቸዋል።
  4. በሎት 8 የሚወዳደሩ ተጫራቾች የግዥው መጠን ከብር 200,000 በላይ ከሆነ የቫት ተመዝጋቢ የሆኑበት ሰርተፍኬት ማቅረብ ይጠበቅባቸዋል።
  5. ከሎት1 እስከ ሎት 7 የሚወዳደሩ ተጫራቾች የታደሰ በደረጃ 10 እና ከዚያ በላይ በውሃ ነክ ስራ ተቋራጭ (WWC) ወይም በአርቲዢያን የታደሰ የሙያ ብቃት ማረጋገጫ ማቅረብ ይጠበቅባቸዋል።
  6. በሎት 8 የሚወዳደሩ ተጫራቾች የታደሰ የሙያ ብቃት ማረጋገጫ ምስክር ወረቀት ማቅረብ ይጠበቅባቸዋል።
  7. ተጫራቾች ከ1-6 የተዘረዘሩትን ማስረጃዎች ፎቶ ኮፒ በማድረግ ማቅረብ ይኖርባቸዋል::
  8. ተጫራቾች ዝርዝር መግለጫ /ስፔስፊኬሽን/ ከጨረታ ሰነዱ ላይ ማግኘት ይችላሉ::
  9. ከሎት 1 እስከ ሎት 7 የሚወዳደሩ ተጫራቾች የጨረታ ውድድሩ በጥቅል መሆኑን አውቀው ጨረታውን መሙላት ይጠበቅባቸዋል::
  10. በሎት 8 የሚወዳደሩ ተጫራቾች የጨረታው ውድድሩ በነጠላ መሆኑን አውቀው ጨረታውን መሙላት ይጠበቅባቸዋል።
  11. ማንኛውም ተጫራቾች ከላይ በተገለጸው ከሎት 1 እና ከሎት 8 ድረስ የሚወዳደሩ ተጫራቾች ለእያንዳንዳቸው ብር 20.000 (ሁለት ሺህ ብር) ብቻ የጨረታ ማስከበሪያ በጥሬ ገንዘብ ወይም በባንክ የተረጋገጠ ሲፒኦ ወይም ሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ማስያዝ ይጠበቅባቸዋል::
  12. ከሎት 1 እስከ ሎት 8 የሚወዳደሩ ተጫራቾች የጨረታ ማስከበሪያው የጨረታ ሰነዱ ጸንቶ ከሚቆይበት 40 ቀን በኋላ ለተጨማሪ 20 ቀን ፀንቶ የሚቆይ መሆነን አውቀው የጨረታ ማስከበሪያ ማስያዝ ይጠበቅባቸዋል።
  13. ከላይ ከሎት 1 እስከ ሎት 8 ተወዳድረው የሚያሸንፉ ተጫራቾች 10% የውል ማስከበሪያ በማስያዝ ውል መዋዋል የሚጠበቅባቸው ሲሆን አቅርቦቱን ላከናወኑበት) ክፍያ ሲጠይቁ በስማቸው የታተመ ህጋዊ ደረሰኝ ማቅረብ ይጠበቅባቸዋል።
  14.  ተጫራቾች ለእያንዳንዱ ሎት የጨረታ ሰነዱን የማይመለስ ብር 100 በመክፈል ከቢሮ ቁጥር 19 ማግኘት ይቻላል።
  15. ከሎት 1 እስከ ሎት 7 የሚወዳደሩ ተጫራቾች የጨረታ ሰነዱ ይህ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ባሉት 21 ተከታታይ ቀናት የሚቆይ ሲሆን ጨረታው 22ኛው ቀን ከቀኑ 4 ሰዓት ላይ ተዘግቶ በዛው እለት ከቀኑ 430 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ጨረታው ይከፈታል። ነገር ግን ጨረታው የሚከፈትበት ቀን የበዓል ቀን ወይም ቅዳሜና እሁድ ከሆነ በሚቀጥለው የስራ ቀን ይከፈታል።
  16.  በሎት 8 የሚወዳደሩ ተጫራቾች የጨረታ ሰነዱ ይህ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ ባሉት 15 ተከታታይ ቀናት  ሲሆን ጨረታው 16ኛው ቀን ከቀኑ 4 ሰዓት ላይ ተዘግቶ በዛው ከቀኑ 4:30 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ጨረታው ይከፈታል። ነገር ግን ጨረታው የሚከፈትበት ቀን የበዓል ቀን ወይም ቅዳሜና እሁድ ከሆነ በሚቀጥለው የስራ ቀን ይከፈታል።
  17. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው።
  18. በጨረታው ለመሳተፍ የሚፈልግ ስለጨረታው ዝርዝር መረጃ ከፈለጉ ቢሮ ቁጥር 19 ድረስ በአካል በመገኘት ወይም በስልክ ቁጥር 033-864-0894/95 ማግኘት ይችላሉ።

የቀወት ወረዳ ገንዘብና ኢኮኖሚ ት/ጽ/ቤት

ሸዋሮቢት

Building Maintenance & Its Compound Work

Published on:Addis Zemen ( Nov 10, 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 BIDS

TENDER NO. NCB/OCC047/2020

Oromia Construction Corporation (OCC) has planned to invite eligible bidders for the Purchase of Oromia Pipe Factory Building Maintenance & Its Compound Work

  1.  Therefore interested bidders are invited to participate in the Work of Oromia Pipe Factory. Building Maintenance & its Compound,
  2. Bidders may obtain further information from OCC’s Office, Procurement Team (on the way to Kality Road in front of Vehicles & Mechanics Training Center) P.O. BOX 1696/1110 Tel: – 0114 39 0150/0379.
  3. A complete bidding document may be purchased by any interested bidder on the submission of a written application together with a renewed relevant license, registration card issued from the Ministry of Finance and Economic Development, VAT Registration certificate, TIN (Tax Identification Number & Clearance) to the above office upon payment of non-refundable payment of Birr 200.00 (two hundred birrs only) in cash.
  4.  The bidder must provide bid security in the amount of 100,000.00 (One hundred Thousand Birr only) in C.P.O or unconditional bank guarantee issued by a legally established financial institution. Any bid not secured accordingly shall be rejected automatically. (Insurance Bond is not acceptable).
  5.  The Bid shall be closed on November 26, 2020, GC at 2:00 P.M and opened on the same date at 2:30 P.M. in the presence of bidders or their representatives.
  6. Our Organization reserves the right to accept or reject partially or the entire bid.

Oromia Construction Corporation Procurement Directorate at Kality Road in front of

Drivers Training Center near CCRDA Tel. No.0114390280/0379/0150, FAX. NO. 01143964 76/0114390546/0114396594

Oromia Construction Corporation

Sub-Contracting Design the Supply and Fix of Water Proofing Works for Federal Documents Authentication & Registration Agency 4B+G+ 21 offices building

Published on:Addis Zemen ( Nov 10, 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 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 Competitive Bidding (NCB).

  1. 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.
  2. Bidding document should be prepared in English language.
  3.  Interested Potential Bidders obtain a complete set of bidding document from the office of Procurement Department against payment of none refundable fee of Birr 300.00 upon presentation of Trade License Renewed for the fiscal year; VAT Registration Certificate, Tax Clearance Certificate and Online Supplier list Registration Certificate.
  4.  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.
  5. The deadline for bid Submission shall be on November 27, 2020 at 10:00 AM. Bid must be accompanied with a Bid 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.
  6. Bids must be delivered or deposited in the Tender Box situated at the office of the Procurement Department, before the closing date and time.
  7. 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.
  8.  The Ethiopian Construction Works Corporation reserves its rights to reject any or all bids.
  9. Bidders may get further information at the following address:

Ethiopian Construction Works Corporation.

Adders Gured shola in front of Andinet International School.

P. O. Box 21952/1000, Addis Ababa, Ethiopia

Telephone No. 251-11-8 72 30 86/ 011 896 29 91/011 8 67 80 89

You cannot copy content of this page