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
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
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.
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
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.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s “Procurement regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018”), and is open to all eligible bidders as defined in the Procurement Guideline.
Key Qualification Requirements are:
Financial Capability: The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as 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
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.
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)
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.
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 Name
Woreda
Bid security/ETH Birr/
Budgetcode
Level
1
Demkash SSIS
Kebena
30,000
ZonalCapital
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,
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.
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.
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.
A complete set of bidding documents in English may be obtained by paying nonrefundable birr of 300 (three hundred birr only)
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.
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
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
(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
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.
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.
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
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s Procurement Regulation for IPF Borrowers July 2016, Revised Nov. 2016 and August 2018 and is open to all eligible bidders as defined in the Procurement Guidelines and is open to all eligible bidders as defined in the Procurement Guidelines
Interested eligible bidders may obtain further information from Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during oflice hours 8:30AM to 5:30P.M. at the address given below.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee ofETB 800,00 (Eight Hundred) in cash.
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).
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
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.
The Bureau reserves the right to accept or reject all or parts of the bid.
The address(es) referred to above is (are):
Address: Oromia Water & Energy Resource Development Bureau, One WaSH National
Program Implementation Unit, Bole Road around Olympia next to Admas University
Olympia Campus on Amina Building 2nd Floor Room No. 208.
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
The Somali Regional State, Housing Development and Administration Agency, invited bid documents from eligible bidders for Construction G+1 Housing in Qabridaher Town.
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.
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.
Housing Development and Administration Agency in Jigjiga, within 10(Ten) working days, the first appearance of this announcement during the official working hours.
Bidders are seriously advised to read and comply with the instructions given in this bidding document.
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
Interested and Eligible bidders may obtain further information from the Agency Bureau,
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.
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.
The original and copy of the bid document shall be signed and sealed on all pages by the bidders.
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
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 Name
Woreda
Bid security / ETH Birr/
Budget Code
Level
1
Gerino Phase-I WSP
Gedebano Gutazer Wolene Woreda
40,000
Zone Capital
Five & above WWC
2
Rumug Phase II WSP
Kebena
40,000
>>
>>
3
Dinkula-Jene Phase II WSP
Endegagn
40,000
>>
>>
4
Meger adoshe WSP Rehabilitaion 1
Cheha
10,000
Meger Adoshe (Koica)
Seven &Eight
5
Meger adoshe WSPRehabilitation II
Enor ener
10,000
Meger 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
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
1
Post office to Tikur Anbesa Hospital
2
Libya Embassy to Metrology
3
Gibi Gebrile Junction to Kazanchize 6th Police Station
4
Kazanchis Total to S/T Urale Church
5
Banko Diroma Jun.to Eribekentu Jun.
6
Degol Sq. to Eri-Bekentu Bridge
7
Arada Building to Abune Petros
8
Torhiloch to Saris Weintej
9
Gumruk through Con & Business Bank to Senga Tera Sq.
10
Mexico Beside Federal Inland Revenun to Orbis Jun
11
Road No.162 to Akaki Kality Police Station (Fright terminal)
12
From 4 Kilo to 6 Kilo to shiromeda
13
Giorgis to Semen Mazegaja to Addisu Gebeya
14
Goro-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.NO
LIST OF ROAD SEGMENTS
1
Weyra – Betel
2
Amanuaiel – Mesalemiya – Ring Road
3
Sport Commission – Kokob Building Phase 2
4
5 Kilo Anbesa Gibi – FBE campus – Egypt Embassy
5
Ferensaye K/Miheret – Gurara Abo
6
Kality Total – Mebrat Haiyel
7
Akaki Kality Road – Akaki Technical College – Tuludimtu
8
Kadisco Factory – Maseltegna No.2
9
Kadisco Factory – crawen Hotel No.1
10
Mexico RA – Africa Union –Bulgaria Mazoria
11
Nefaselk Lafto – Anbesa Garage No.1 and No.2
12
Shiromeda Hamere Noh – Kidane mihiret
13
Roba dabo Gerji Mebrat Haile
14
Yeka Michael – Begtera – Millennium
15
Tele Chaf (77 kutir Mazoria) – Basiliyos
16
Anfo 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.NO
LIST OF ROAD SEGMENTS
1
Hana Mariam – Dama Hotel – Lafto Michael
2
Koye feche condominium Asphalt road
3
Yeka Ayat 2 and 3 Asphalt road
4
Coca-Cola Geja Sefer Asphalt road
5
Shiromeda – Kuskuwam Asphalt road
6
Anbesa Garage – Jijiga Asphalt sefer road
7
Kality Total – Akaki Bridge – Tulu dimtu Asphalt road
8
Wello Sefer – Urael Asphalt road
9
Werku 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.NO
LIST OF ROAD SEGMENTS
1
Lebu Musica Sefer Asphalt Road
2
Yerer Ber – Mebrathaile — Madden Minister Asphalt Road
3
Civil Service University – Gurd Shola Asphalt Road
4
Kotebe Amanuaiel-Kotebe Rut Asphalt road
5
Kirkos Margeja – Bulgaria Asphalt road
6
Summit Jbuti Embassy Asphalt road
7
Augusta plant Akababai Asphalt road
8
Betel – Keranyo Asphalt road
9
Yeka sub city Balesiltanat Menoriya Asphalt road
10
Amigo Cafe – Ring road Asphalt road
11
Kmema Kmeme Asphalt road
12
Bella Road Ferensaye Park – Ferensaye Abo Churche Asphalt road
13
Ethio Parent School – Unity University Anbessa Garage Asphalt road
14
Kechene Kuskuwam Asphalt Road
15
Washington RA – Legehare Asphalt road
16
Agona Cinema – Senegal Embassy Asphalt road
17
Zenebework RA – Yekedmo Bisrat Wenegel Asphalt road
18
Gotera 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. No
Road Segments Name
1
Deberezeit Road to Gelan Condominium 30m width and 10m width
2
Senga – Tera 40/60 Condominium Asphalt Road
3
Akaki – Crown 40/60 Condominium Asphalt Road
4
Ehil Neged 40/60 Condominium Asphalt Road
5
Yeka Ayat Two 20/80 Condominium Asphalt Road
6
Bole Bulbula 20/80 Condominium Asphalt Road
7
Gemo II 20/80 Condominium Asphalt Road
8
Gemo III 20/80 Condominium Asphalt Road
9
Gelane 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
No
Qualification Criteria
Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local Bidders
For Foreign Bidders
JV b/n Local and Foreign Bidders
1
Annual 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 Million
ETB 27.2 Million
ETB 27.2 Million
3
General construction Experience
A 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.
4
Specific 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 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 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
No
Qualification Criteria
Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local Bidders
For Foreign Bidders
JV b/n Local and Foreign Bidders
1
Annual 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 Million
ETB 29 Million
ETB 29 Million
3
General construction Experience
A 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.
4
Specific 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
No
Qualification Criteria
Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local Bidders
For Foreign Bidders
JV b/n Local and Foreign Bidders
1
Annual 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 Million
ETB 25.8 Million
ETB 25.8 Million
3
General construction Experience
A 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.
4
Specific 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
No
Qualification Criteria
Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local Bidders
For Foreign Bidders
JV b/n Local and Foreign Bidders
1
Annual construction Turn over
(ACT)
ETB 65.00 Million (Peak)
ETB 130.00 Million (Average)
ETB 97.5 Million (Average)
2
Liquid asset /cashflowrequirement(CF)
ETB 16.2 Million
ETB 21.7 Million
ETB 21.7 Million
3
General construction Experience
A 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.
4
Specific 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
No
Qualification Criteria
Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For local Bidders
For Foreign Bidders
JV b/n Local and Foreign Bidders
1
Annual 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 Million
ETB 23.8 Million
ETB 23.8 Million
3
General construction Experience
Two (2) 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.
five (5) years of experience under contracts in the role of Contractor, Joint Venture partner or Sub Contractor in electro mechanical or electrical works
4
Specific 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.
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
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).
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.
The bidding document should be prepared in the English language.
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.
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.
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.
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 right to reject any or all bids.
Bidders may get further information at the following address:
Ethiopian Construction Works Corporation
Address Gurd shola in front of Andinet International
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
Therefore interested bidders are invited to participate in the Work of Oromia Pipe Factory. Building Maintenance & its Compound,
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.
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.
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).
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.
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
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.