Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to Bid
Invitation to National Competitive Bid for the procurement of Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work and Renovation work in different sites of Central North Region
Floating Date: As of November 16, 2020
RFQ No.: 4046400,4046414,4046415,4046416
1. Ethio telecom invites all interested and eligible bidders by this National Competitive Bid for the procurement of Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work, and Renovation work in different sites of Central North Region, to sign a contract agreement with the finally awarded bidder(s). The bid remains floating from November 16, 2020, to DECEMBER 1, 2020.
Bid documents can be obtained from ethio telecom Central North Region Main Office (Debre Birhan, Room No. 407 during office hours upon payment of a non-refundable fee of Birr 100.00 (Birr One Hundred only).
2. Sealed bids marked as: “Tender for Generator and Fuel Tanker Foundation, Dry Latrine, Guard House, Customer Waiting Shelter, Fence Construction Work and Renovation work in different sites of Central North Region RFQ No. 4046400,4046414,4046415,4046416” and be addressed to:
Ethio telecom,
Central North Region / Debre Birhan
Sourcing and Supply Section
St. Selassie building 4th Floor, Room No.407,
Debre Birhan, Ethiopia.
Bid proposal will be received at the St. Selassie building which is near to the church, 4th floor room no 407, Before/on DECEMBER 1, 2020. until 5:00 P.M. Bids presented by any bidder after the closing date and time shall not be accepted
3. Bids received in time and fulfilling the other formalities shall be opened in the presence of interested bidders or their legal representatives on DECEMBER 2, 2020 at 10:00 A.M, at St. Selassie building 4th Floor, Room No 407.
4. Ethio telecom reserves the right to reject all or parts of this bid
5. Partial bid is allowed, but a bidder shall not participate for more than two RFQ (Lots). Partial bid per site is not allowed.
6. Bidders are seriously advised to read and comply with the instructions provided in this bidding document Interested eligible bidders may obtain further information from ethio telecom website, www.ethiotelecom.et
VSF Germany, an International Non-Governmental Organization, invites interested contractors to carry out drilling of one borehole at Fejej Kebele, Dassenech Woreda of South Omo Zone, SNNPR for the Project entitled “Omo Delta Project-Expanding the Rangeland to Achieve Growth and Transformation” in South Omo, SNNPR.
Bid document can be obtained from the VSF Germany country office located in Addis Ababa, Yeka Sub-city, Woreda 7, House No. 749, around Wuha Limat, behind Holiday Hotel, tel.+2516662451/0911 164089 from November 9, 2020, to November 26, 2020 during working hours, 8:30 am -12:30 pm and 2:00 pm – 5:00 pm by paying a non-refundable fee of Birr 100.
Eligible water well drilling and rehabilitation general contractors (GC) or WC of Grade 4 and above are invited to bid for the drilling of a borehole for the project site indicated above. The contractor is expected to supply one drilling rig & related machinery of the required specification for the work, deploy skilled & semi-skilled labors, and accomplish the activities as per the design, drawings and specification provided within three weeks’ time, from the date of signing contract. Subcontracting out the drilling works is strictly forbidden.
Donor: EC
Eligible bidders are invited to take part in the bid upon submission of copies of all relevant renewed licenses, VAT & tax payer’s registration certificate.
Tendering will be conducted through an open local tender procedures.
Bidders should submit their offers in a sealed envelope to VSF Germany office on or before November 27, 2020, until 2:00 pm and must be accompanied by a tender guarantee amounting to two (2%) of total bid offer with VAT in the form of only CPO at least for two months from the date of bid opening. Any other form of tender guarantee will not be acceptable.
Note: CPO must be attached in the original technical document.
Bid must be clearly marked by “bidders name, address, legal stamp and reference number: VSF-G/ETH/2020/06 EUTF/SO/Omo Delta Project, Ethiopia.
Bidders must submit technical and financial documents separately. The technical and financial documents should have one original and one copy for each clearly marked “ORIGINAL” and “COPY”. Each envelope shall be stamped and sealed.
Bids will be opened in the presence of bidders and/or their official representatives who wish to attend at the VSF Germany country office, on November 27, 2020 at 2:30 pm.
Failure to comply with any of the conditions indicated above will result in an automatic rejection.
The Organization reserves the right to accept or reject any or all bids. Late bids shall also be rejected.
Veterinaires Sans Frontieres Germany (VSF Germany)
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
INVITATION TO BID
Oromia Industrial Parks Development Corporation (OIPDC) invites wax sealed bids from qualified and eligible contractors /bidders (GC/ BC 3) for the construction of Rural transformation centers (RTC) infrastructure projects at Bale-Robe and Meki RTC projects which are found around Bale Robe and Meki town respectively.
Bidders shall obtain bid document up on submission of written application and payment of nonrefundable birr 500.00 /five hundred / from OIPDC procurement and finance section during working hours/ Monday to Friday morning (6:00 o’clock local time)/.
Interested bidders should present valid trade license indicating the stream of business, VAT registration certificate issued by the tax authority, Tax Identification Number, valid tax clearance certificate issued by the tax authority, Business organization registration certificate issued by the country of establishment, Certificate of compliance, registration in FPPA and other credentials.
Bid shall be valid for a period of 120 /one hundred twenty/ days after the dead line for submission of bids.
Bid should be accompanied by the bid security of Eth. Birr 500,000.00/five hundred thousand/ in an acceptable form (CPO or Unconditional Bank Guarantee) and shall remain valid for 28/twenty eight/ days beyond the end of validity period. Insurance bond is not acceptable.
Bidders are invited to submit financial and technical proposals original and copy. The number of copies required is three. All technical proposals shall be placed in an envelope clearly marked “Technical proposal” and the financial offers in one marked “Financial offer”. The bid security shall be sealed in a separate envelope. These three envelopes, in turn, shall be sealed in an outer envelope. All envelops should be wax sealed.
. Bid must be delivered to Oromia Industrial Parks Development Corporation at or before 10:30A.M or 4:30 o’clock local time on 21st calendar day starting from the date of this announcement on newspaper. If the 21st day is not on the working days (Monday to Saturday) the bid submission will be on the next working day at the same time. Bids will be opened in the presence of bidders or their authorized representatives on the same date/bid submission date/ at 11:00 A.M or 5:00 o’clock local time at OIPDC.
OIPDC reserves the right to reject all or parts of the bid.
Oromia Industrial Parks Development Corporation
Tel: +251113698506
Bekanisa, S Sara Tower 6th floor, Infront of Amigo Cafe, on the road to Kore
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation To Bid
(For All Contractors of category GC/BC-8 & Above)
Farm Africa is an international non-governmental organization with a mission to reduce poverty permanently by unleashing African farmers’ abilities to grow their incomes while managing their natural resources sustainably and has been operating in different parts of Ethiopia since 1985 G.C.
Now, therefore, Farm Africa would like to invite capable and eligible Contractors to submit sealed bids for providing the necessary labor, materials, and equipment for the construction of – Shade at Kemissie Town, Oromo Nationality Zone, Amhara Regional State;
And interested contractors/bidders who fulfill the under-listed requirements may collect the bidding documents from our office as indicated below.
Minimum Requirements: – Bidders are required to be: Legally registered as a Contractor with GC/BC-8 or
i. above grades; and have renewed license for the current year: Registered with tax authorities, and should be able to produce valid documentation including copies
ii of their tax clearance papers;
Bidding Instructions:
iii. The bid documents (including the technical specifications)can be collected from Farm Africa Ethiopia office, located at Black Gold Bldg (in front of Enat Bank Kazanchis), 6th floor against submittal of license copies. Issuance of the bid document will stay active for the
iv. next Ten (10) consecutive days – effective after the announcement of this bid; Interested bidders will be required to accompany their bids with a 2% bid guarantee/bid-bond of the total offer in the form of Certified Cheque /CPO or Unconditional Bank Guarantee. Sealed Bids marked as “Bid For Construction of Community Ponds” shall arrive Farm Africa Ethiopia
vi.office on or before November 20, 2020 – 10:30 AM; and the opening event will be held in the presence of bidders and/or their official representatives who wish to attend the event.
vii.Bidders are required to bring their own CD-R for collection of the bid; Bids submitted by bidders who do not meet the aforementioned minimum requirements, and bids
arriving later than the final submission date and time shall be rejected without further notice. Farm Africa reserves the right to accept or reject any or all bids.
Request for clarifications/inquiries can be forwarded to
X. the following address: Farm Africa Ethiopia Office, Black Gold Bldg. 6th floor
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
INVITATION FOR BIDS (IFB)
1. Liben Farmers Cooperative Union has allocated sufficient budget for the Construction of Multi-Purpose Building intends to apply part of the proceeds to eligible payments for this Contract.
2. The Invitation is open to all Contractors under Category GC 3 or BC-3 and above who have registered with the relevant offices in Ethiopia and renewed their License for the year 2012 E.Y and have registered at the Ministry of Works and Urban Development and who have all the required registration certificates.
3. Liben Farmers Cooperative Union now invites domestic bidders to submit sealed bids for providing the necessary labor, material, and equipment for the Construction Multi-Purpose Building.
4. Interested bidders shall submit the following evidence;
a. Certificate of registration from relevant Ministry renewed for 2012 EFY with Category GC-3 or BC 3 and above and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
i. Trading license and
ii. Its tax clearance certificate, which states that the bidder can participate in any public tender and valid at bidding date, and VAT Registration Certificate.
5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the Bidding Document.
6. 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 5:00 p.m. from Monday to Friday and 8:30 to 11:30 a.m. on Saturday’s time. A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 500.00 (Five hundred birr) per bid document. The method of payment shall be in cash or direct deposit to Liben Farmers Cooperative Union.
ADDRESS:
Liben Farmers Cooperative Union
Telephone: 011-3-41-24-98,011-3-66-40-48
Waliso, Ethiopia
7. Bids shall be submitted in two separate envelopes, “Qualification Information and Bid Security” in one envelope and “Financial Bid” separately in another envelope and should be sealed in an outer envelope.
8. Evaluation is to be carried out in two stages, Prequalification and Qualification information first and financial bids of qualified bidders next.
9. Bids must be delivered to the address below on or before 9:00 pm on the 21st day Starting from the announcement on the newspaper
10. All bids must be accompanied by a bid security of ETB 200,000 (Two Hundred Thousand). Late bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/representatives who choose to attend on the 21st day after the announcement on the newspaper at 10:00 pm at the office of.
ADDRESS:
Liben Farmers Cooperative Union waliso Ethiopia in front of Saint Lukas hospital
All Bids must be accompanied by:
A signed bid,
A registration/trade certificate/ legal status
Tax Clearance and VAT Certificate
Written power of attorney
Priced Bills of Quantities
Curriculum Vitae (CV) of Project Manager and Technical Staffs
Proof of having performed similar works in previous years
Proof of registration as a contractor
List of Equipment to be used
Suppliers registration
Liben Farmers cooperative union reserves the right to accept or reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
CONSTRUCTION BID ANNOUNCEMENT
ALL CONTRACTORS OF CATEGORY GC / BC 7 AND ABOVE to undertake:
Construction of Milk Collection & Processing Center in Sululta Town, & Rehabilitation of Diary Farm Center in Laga Tafo Town
SOS Sahel Ethiopia – Gender Transformative Climate Smart Agriculture & Agri-Business Project invites eligible bidders of the above categories to undertake construction works stated under each category.
A complete set of bidding documents can be obtained commencing 10, November 2020 from SOS Sahel Ethiopia Head Office in Addis Ababa during office hours (from 8:30 am to 5:00 pm) against non-refundable payment of Birr 200.00 (two hundred only);
Bid proposals shall be submitted in one original and one copy (both for technical & financial) in separately sealed envelope before or on the closing date of 26, November 2020 at 2:00pm to SOS Sahel Ethiopia – Head Office. Bid proposal must be accompanied by Bid Bond/CPO amount of 2% of the total offer prepared in the name of SOS Sahel Ethiopia.
Bid opening shall be held in the presence of bidders and/or their legal agents who wish to attend on 26, November 2020 at 2:30 pm at SOS Sahel Ethiopia – Head Office in Addis Ababa.
Interested companies may obtain further information from the organization Head Office on Tel. No. 0114-16-03-91;
Bidders are requested to fill the necessary details in the instruction to bidders.
Bidders shall attach copy of trade registration certificate, renewed trade license, and all necessary credentials together with the technical documents.
SOS Sahel Ethiopia reserves the right to reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
NOTICE OF INVITATION FOR BIDS
1. The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.
Package III (3)
Item/No
Project Name
EstimatedspanLength(m)
ProjectDuration
ContractDelivery
Procurement
Type
1
Construction
Works of Kubi River Bridge Project
66.00
1.0 Years
DBB
NCB
2
Construction Works of Mermersa Bridge under Kombolcha RNSMBD
40.50
1.5 Years
Note: -DBB = Design, Bid and Build; NCB = National Competitive Bidding;
2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above road projects.
3. Interested bidders shall submit the following evidence:
a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
i) Trading License renewed for 2012 EFY;
ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;
iii) VAT Registration Certificate; and
iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).
b. In case of bidders other than Ethiopians;
i) Business organization registration certificate or Trade License issued by the country of establishment.
ii) Tax Clearance Certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
4. Bidding will be conducted through National Competitive Bidding (NCB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:
Qualification and Evaluation Criteria of Package III (3) Road Projects
4.1 Construction Works of Kubi River Bridge Project
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 50 Million (Peak)
ETB 126 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 94 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 15 Million
ETB 21 Million
3
General
Construction
Experience
2 Years Firm Experienceunder Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridgeconstruction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length andof 25 m and above with a valueof ETB 44 Million;orA Minimum ofTwo (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having total length of 25 M and above each with a value of ETB 22 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having total length of 66 m
a value of not less
than ETB 63 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-4 and above
4.2 Construction Works of Mermersa Bridge under Kombolcha RNSMBD
Item no
Qualification
Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual
Construction
Turnover for
the Last Five
Years
ETB 28 Million (Peak)
ETB 70 Million (Average)
The annual construction Turnover (ACT)
requirement for a Joint Venture (JV) of Local and
Foreign Firms is ETB 52 Million (Average)
2
Liquid Asset
Cash Flow
Requirement
ETB 8 Million
ETB 11 Million
3
General
Construction
Experience
2 Years Firm Experience under Construction Contracts in the role of Prime Contractor Joint Venture Partner, Management Contractor or Sub-Contractor.
5 Years Firm
Experience under
Construction
, Contracts in the
role of Prime
or Contractor, Joint Venture Partner,
Management
Contractor or Subcontractor
4
Specific Construction Project Expriance
Minimum One Bridge construction A Minimum of One (1) Bridge Construction Project of Similar Nature and Complexity, having total length of 6 m with a value not less than of ETB 37 Million;orA Minimum of
Two (2) Bridge
Construction Projects
of Similar Nature
Complexity,
having minimum span length of 6 M and above each with a value of ETB 18 MillionIn all cases, the experiences
shall be within the last ten
(10) years that have been
successfully and substantially
completed (70% Completed).
A Minimum of Two (2) Bridge
Construction Projects of
Similar Nature and Complexity, having minimum total length of 40.5 m
with a value of not less
than ETB 52 Million
within the last ten
been successfully
and substantially
completed (80%
complete)
5
Grade
GC-5 or RC-5 or BC-5 and above
5. If a bidder is awarded and/or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects, and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criterion is stated in the respective bidding documents.
6.Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.
A complete set of bidding documents prepared in the English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of November 12, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia –Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15.
7.Bidders can apply for one or for all or for any number of projects from the above-listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economic advantage.
8.Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.
9.Evaluation is to be carried out in two stages, Qualification Information first and financial Bids of qualified Bidders next.
10.Bids must be delivered to the address, time, and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
11.The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.
12.For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
13.Bids must be delivered to the address below on or before December 24, 2020, at 2:30 P.M.
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay StreetP. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-551 71 70/79Fax. +251-11-5514866
14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bid
Bid No: – AAU/CHS/NCB/WG/01/2013/2020
Addis Ababa University College of Health Science hereby invites sealed bid from eligible and qualified GC 8 /BC 8 bidders With business license for 2013 E.C for the Construction of Renovation Work, Aluminum Partition Work and Maintenance work Bidder should fulfill the following requirement:
This invitation is for all metal work, aluminum work, construction work and other companies who works any renovation work.
In the case of Ethiopian bidders, renewed trading license indicating the stream of business in which it engaged and TIN certificate, Tax clearance certificate valid at bidding date and VAT registration certificate
Bidding will be conducted using the Open National Competitive Bidding (NCB) procedures specified in the Public Procurement Agency Guidelines and is open to all bidders as specified and defined in the bidding document.
Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30A.M to 12:00 P.M and 1:30P.M to 4:30 P.M from Monday to Friday local time; A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of written application to the address below and upon payment of a nonrefundable fee of ETB 200.00 (Two hundred birr- only) By Ethiopian Commercial Bank the address below Tikur Anbessa Specialized Hospital Account No. (1000000984519) Payed and bring the bank advice.
Bidders shall submit four envelops, Financial original and copy, Technical Original and copy “Qualification information & Bid Security” in Technical original document or separately in one envelope.
Evaluation is to be carried out in two stages after checked for minimum specification, Qualification information first and financial bids of qualified bidders next
Bids must be delivered to the address below on November 26,2020 before 2:00 pm. All bids must be accompanied by a bid Security of Birr 25,000.00 (Twenty five thousand birr only), late bids will be rejected. Qualification information and bid security of the bidders will be opened in the presence of bidders’ or their representatives who choose to attend at the address below at 2:30 pm on the same date of bid submission as stated above.
Address: Lideta sub city In front of Post office Black lion Hospital AddisAbabaUniversity College of Health Sciences 1st floor room no 123 Procurement teamOffice. TeL-0118697349
.Addis Ababa University College of Health Sciences Reserves the right to accept any or reject any or all bids.
Lideta sub city In front of Post office, Black lion Hospital P.O.Box 9086,AddisAbaba, Ethiopia, Tel. 0118697349
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
11-430-05-17/011-4-37-16-83 on or before 18/03/13 opened at 2:30 PM, on the same date in the presence of the bidders who wish to attend.
A complete set of bidding documents in English may be purchased directly from the Bishoftu Town Water Supply and Sewerage Service Enterprise upon payment of a non-refundable fee Birr 300.00 by interested bidders on the submission of a written application to the address indicated above.
Bidders should present valid and renewed Water Works Construction Registration certificate, MOWIE License, Renewed work License, VAT registration and Tax Registration No, Tax Payer certificate, copy of IDC with a written application during bid purchase.
Bishoftu Town Water Supply and Sewerage Service Enterprise reserve the right to reject all or parts of the bid.
Bishoftu Town Water Supply and Sewerage Service Enterprise
Place of Bid Competitions:North Shoa Zone Hidabu Abote Woreda
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids
Project Category: Construction of Small Scale Irrigation North Shoa Zone Hidabu Abote woreda Agricultural and Natural Resource Office has recurred a budget from the AGP II (Agricultural growth program-II) for (one) Upgrading small scale irrigation projects construction listed below at Debela Bokolo Kebele’s of our woreda.
Accordingly the office now invites sealed bids from eligible bidders for the execution and completion of the following projects.No.Name of SSI projectZoneWoredaKebele Area (ha)Amount of Bid security Category of inited contractorsWater Abstraction Method1Hidha HiyessaNorth Shoa ZoneHidabu Abote Bebela Bokolo 20 1% Licensed water work and general water work contractorUpgrading
The construction companies are invited to submit their scaled financial and technical proposal documents as further clarified in the bidding document for the Execution and completion of the cited contacts.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of written application for Hidabu Abote Finance and Economic development office purchasing and Properly administration directorate in working hour upon payment of a non-refundable fee of 300 (Three hundred ETB) for one project. The method of payment should be in cash only.
Bidders are required to present
VAT Registration Certificate
Tin Number
Trade License on construction service license renewed for 2013 E.C
Construction Certificate renewed 2013 E.C
Registration Certificate in the Suppliers list
Valid Tax clearance Certificate
5. Bidder should be submit bidding document before 10:00 A.M on 21st Working day of announcement of this invitation for bid notice on the Addis Zeman Newspaper
6. Bid shall be valid for period of 60 days after bid closing and must be accompanied by a bid security of 1% of offered cost in the form cash payment order (CPO) or bank guarantee only.
7. Qualification criteria stated on the bid document should be respected have to be addressed in a brief and clear way.
8. Bidder must be delivered to the address below on or before: AM at 10AM on date 22 end day of bid invitation. Electronic bidder will not be permitted bids will be publicly opened in the presence of the bidder representatives and anyone who choose to attend at hidabu abote woreda finance and economic development office no 22. If there will take place on the next working days at the same time and the same venue
9. hidabu abote woreda Agricultural and natural resource office reserve the right to accept or reject any or all bids. Address +251111180684/ +251111180008/7