Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids (IFB)
Somali Regional State Water Bureau
COUNTRY: ETHIOPIA
NAME OF PROJECT: OWNP (CWA Phase-II)
Loan No./Credit No./ Grant No.: IDA-64450/P167794
Contract Title: Drilling of One Water Well (Borehole) in Gogle Woreda, Dure Kebele.
Reference No. ET-SOMALI RWRDB-193274-CW-RFB
The Somali Regional State through the Federal Democratic Republic of Ethiopia has received financing from the World Bank on One WaSH National Program towards the cost of the Water Supply, Sanitation & Hygiene project and it intends to apply part of funds to cover eligible payments under the contract for Drilling and Construction of One Borehole in Gogle Woreda.
The Somali Region Water Bureau now invites sealed bids from eligible bidders for the Drilling and Construction of One (1) borehole in Gogle Woreda, Dure Kebele as described below:
Contract Number
Contract Description
Qty
Site Name
Target Depth
ET-SOMALI RWRDB-193274-CW- RFB
Drilling of water well
1
GOGLE Woreda(Dure Kebele)
450m
1. Bidding will be conducted through the National Competitive Bidding (NCB) as specified in the World Bank’s Guidelines: Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers in January 2011(“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guideline. Bank policy requires that a firm participating in a procurement process under Bank-financed projects shall not have a conflict of interest. In addition, please refer to paragraph 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest
2. Interested eligible bidders may obtain further information from Somali Region Water Bureau one WaSH Regional Program Unit and inspect the bidding documents from 8:30 am to 5:30 Pm at the address given below.
3. 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 200.00 (Two Hundred) or equivalent amount in a freely convertible currency.
4. Bids must be delivered to the above office on or before 10:00 a.m. on 7 December 2020. Electronic bidding will not be permitted. Late bids will be rejected.
5. Bids must be accompanied by a bid security of not less than ETB 100,000 or equivalent freely convertible currency in the form of unconditional Bank Guarantee or CPO.
6. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address given below on 10:30 a.m. on 7 December 2020:
7. The Bureau reserves the right to reject the bid fully or partially.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids (IFB)
Bid Reference No: – AAU/NCB/REFB/10/2013/2020
1. Addis Ababa University now invites sealed bids from the eligible and qualified bidder for
No.LOT
1
Procurement Of Herbarium Renovation Works At School of Natural Science College (4 Kilo)
GC &BC-5
2
Procurement of Fence and Guard Housework at FBE college
GC & BC-6
3
Procurement of Fence at Butajira Meskan wereda
GC & BC-6
4
Procurement of AAU FBE Campus Ehetu Chole Building Roofing & Sanitary System Maintenance Work.
GC & BC-8
5
Procurement of Works of Fences and Gates at AAU Main Campus
GC & BC 4
2. Bidding will be conducted through National Competitive Bidding (NCB) procedures Contained in the Public Procurement Proclamation of the Federal government of Ethiopia which is open to all eligible and qualified bidders.
3. Interested eligible bidders may obtain further information and collect the Bidding Document at the address given below at 7 (a) from 8:30 AM to 5:30 PM
4. Eligible documents are:-Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN)
5. A complete set of the bidding document in English language may be purchased and inspected by interested bidders on the address below upon payment of a non-refundable fee of Ethiopian Birr 200.00 (Birr Three Hundred). The method of payment will be cash.
6. Bidding documents must be delivered to the address below at 7(c) on or before November 30, 2020, at 10:00 AM. Late bids shall be rejected.
7. Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 8 (d) on November 30, 2020, at 10:30 AM A)Documents shall be inspected Addis Ababa University University Procurement and Property Administration Directorate Room No.314.
B) Documents shall be issued at: Addis Ababa University University, Procurement, and Property Administration Directorate office, New Administration building Room No.314.
C) Bid documents shall be delivered to: Addis Ababa University, former Procurement and Property Administration Directorate office, Room No. 200
D) Bid documents shall be opened at: Addis Ababa University, former Procurement and Property Administration Directorate office, Room No. 200
8. All Bids must be accompanied by Bid Security for Lot I. Bid Security 220,000.00 Lot 2. Bid Security 25,000.00 Lot 3. Bid Security 25,000.00, Lot 4. Bid Security 50,226.00 and Lot 5. Bid Security 500,000.00 In the form of CPO or unconditional bank guarantee
10. Addis Ababa University reserves the right to reject any bid and to annul the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. Public Body: Addis Ababa University Procurement and Property Administration Directorate Office, the new Building Administration office, Room No. 314. Telephone Number: 0111 22 00 01/0111 24 32 72
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
REQUEST FOR EXPRESSIONS OF INTEREST
PROCUREMENT OF DESIGN-BUILD CONSTRUCTION SERVICE FOR PROJECT WISE (WATER, SANITATION, AND HYGIENE IN SCHOOLS FOR EVERYONE)
SECTOR: WATER SUPPLY, SANITATION AND HYGIENE (WASH IN SCHOOL)
REFERENCE: WASH IN SCHOOL FOR EVERYONE (WISE) PROJECT AGREEMENT BETWEEN SPLASH INTERNATIONAL AND ADDIS ABABA BUREAU OF EDUCTION, HEALTH, CONSTRUCTION, AND FINANCE
PROCUREMENT ID: SP/INFRA/002/2020
Splash International signed a multi-year project agreement with the Addis Ababa City Administration Bureau of Education, Health, Construction, and Finance to implement [1]School WASH program in 11 sub-cities. The project will improve and sustain access to WASH facilities and services in public schools benefiting about 500,000 children. The project will last for four years between Feb 2019- Dec 2022. To this end, Splash has received funding from Children’s Investment Found Foundation (CIFF), Hilton Foundation, Allegra, and China Foundation and expects to get more funding from other donors to finance water infrastructure works throughout the project period.
In line with this, Splash has planned to implement full WASH program in over 70 schools utilizing the design-build procurement method, in which the design and construction components are to be implemented by a single entity commonly known as design–build contractor.
Splash now invites eligible General Contractors (GC) and Water Works Contractors (WWC) of Grade-6 and above to indicate their interest for providing the intended services. Interested and eligible contractors must provide information indicating that they are qualified to perform the services (detail company profile, description/experience of similar assignments they have performed, list of skilled manpower planned to be deployed specifically for performing the task, construction equipment, and tools, evidence of previous accomplishments etc.). Splash may conduct site visits to previously constructed sites as part of capacity assessment.
Interested contractors may obtain further information at the address below during office hours [09:00 – 17:00 hours].
Splash International in Ethiopia
Bole Sub-City, in front of Ethiopian Civil Service University at Palm Building 4th floor
Email: Befekadu@splash.org, Ashenafi@splash.org or Henok@splash.org
The expressions of interest must be delivered to the address below by November 20, 2020 at or before 12:00 hours and indicating “Expression of interest for Project WISE DB- Water Supply Interventions”.
Splash International
Attention: Finance and Operation Director
Bole Sub-city, in front of Ethiopian Civil Service University at Palm Building 4th floor
Addis Ababa, Ethiopia
Tel: +251-1118296500/+251 911 456511
[1] School WASH facilities includes Latrines (Toilets), Drinking and Handwashing Stations, Water Filtration Systems, Water Reservoirs (Tankers), and associated infrastructure
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids (IFB]
IFB Number: 05/2020
Employer: Oromia Pastoralist Area Development Coordination Commission (OPDCC)
Project: Drought Resilience and Sustainable Livelihoods Program Project-II (DRSLP-II)
Contract title: Works
Country: Ethiopia
Loan No./Grant No.: 2100150032394
Procurement Method: Open Competitive Bidding (National)
OCBI/LCB No: OPADCC/DRSLP-II/W/NCB-01/2020/21
Issued on: 10 November 2020 GC
The Government of Ethiopia has received a loan financing from the African Development Bank (AfDB) hereinafter called the Bank toward the cost of the Drought Resilience and Sustainable Livelihoods Program Project-II (DRSLP-II), and intends to apply part of the proceeds toward payments under the contract’ for Works. “For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines and procedures for Investment Project Financing.”
The Oromia Pastoralist Area Development Coordination Commission (OPaDCC), Drought Resilience and Sustainable Livelihoods Program Project-II (DRSLP-II)- Regional Project Coordination Unit now invites sealed Bids from eligible Bidders for the following, specified projects.
Description of works
Procure
Lots
Zone
Woreda
Kebele/ Site
Qty
Contraction of
Construction of Solar power water supply
OPaDCC/DRSLP-II/W/NCB-01/2020/21
Lot –I
Guji
Liben
Korati
1
WWGC-4/GC-5 & above
Lot-II
Borena
Arero
Web
1
Lot- III
West Guji
Melka Soda
Soda Germame
1
Lot-IV
Guji
Girja
Haremfema debisa
1
3. Bidding will be conducted through the Open Competitive Bidding (National), procedures as specified in the Bank’s Procurement Framework and is open to all eligible Bidders as defined in the Procurement Framework. Bidders may Bid for one or more contracts (lots) as applicable and as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.
4. Interested eligible Bidders may obtain further information and inspect the bidding document during office hours in the morning from 8:30 AM to 12:00 PM und in the afternoon from 2:00 PM 5:00 PM Monday to Friday at the address given below.
5. The bidding document 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 200.00 ETB.
6. Bids must be delivered to the address below on or before 10 December 2020 GC at 10:00 AM. Electronic Bidding will not be permitted. Late Bids will be rejected.(Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 10 December 2020 GC at 10:15 AM.
7. All Bids must be accompanied by a Bid Security of
Description
Bid Security Amount in ETB
Lot-I
200,000.00
Lot-II
200,000.00
Lot-III
200,000.00
Lot-IV
200,000.00
8. The address referred to above is/are
Oromia Regional Pastoralist Area Development Coordination Commission (OPDCC), Drought Resilience and Sustainable Livelihoods Program (DRSLP-II)-Regional Project Coordination Unit,
Alexander Pushkin Street, Sarbet, Lafto Sub City, Woreda 04, Oromia Sectorial Bureaus (New Buildings) First Block, 8th Floor,
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to Bidders
Re-ESLSE/PT/NCB/21/2012
Ethiopian Shipping and Logistics Services Enterprise would like to invite interested and eligible bidders for Multipurpose building data center construction work. Upon fulfilling the following terms and conditions.
Bidders who engaged in the sector shall present renewed trade license and registration, VAT registration, current tax clearance certificates, Tin number supplier list registration certificate with technical proposal.
. Bidders who engaged in Renewed and relevant registration on the ministry of construction certification of competency for categories GC-6/BC-5 and above.
The bid document shall be obtained from Ethiopian Shipping and Logistics Services Enterprise which is located on the former maritime building at 1st floor Office No 106 against payment of a non-refundable fee of Birr 200.00 (Two Hundred Birr) during office hours and obtain the bid document from 10th floor.
Bid document shall be accompanied with bid bond amount not less than 2% of the total price on the name of Ethiopian Shipping and Logistics Services Enterprise with technical Proposal in the form of unconditional bank guarantee or CPO that can be valid at least 73 days after bid opening If the amounts of bid security exceed 500,000 ETB the bidder shall reduce to 500,000 (five hundred thousand ETB).
Bidders shall submit financial and technical offers separately.
Bid document shall be submitted in the tender box of the above address on 8th floor on or before November 27/2020 at 2:00 pm and it shall be opened at 2:30 pm (afternoon) in the presence of bidders or their representatives.
Late bid shall not be accepted and return unopened.
Ethiopian Shipping & Logistics Services Enterprise reserves the right to accept or reject the bids partially or totally.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation for Bids (IFB)
SNNPRS-Ethiopia
Drought Resilience and Sustainable Livelihood Program, Project-II (DRSLP-II)
IFB Title –Construction of Wujinalemu Community Water Supply Project
NATIONAL COMPETITIVE BIDDING (NCB)
IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/26/2020.
The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received Loan from African Development Bank (AfDB) toward the cost of Multipurpose Water Supply Infrastructure Development and it intends to apply part of funds to cover eligible payments under the contract for Construction of Wujinalemu Community Multipurpose Water Supply Project at Meinit Shasha Woreda of West Omo Zone in the Region.
SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/GC with WWC-4 or WWC-4/Water Works Construction Grade Four and above for Construction of Water Supply Project as stated below in the tableS/NZoneWoredaKebele/villageContractors Grade Required1West OmoMeinit ShashaWujinalemuGC with WWC-4 or WWC4 & above
Bidders are strongly advised to visit the project construction site before submitting their proposals
Bidders who are punished (blacklisted) for contractual defaults are not eligible to participate in the bid.
Bidders who have one or more contracts with our bureau or in the region whose physical progress is below 80% are not eligible to participate in the bid.
Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Works.
Bid must be accompanied by a bid security of ETB 100,000.00 (One Hundred Thousand Bir) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain valid for 120 (One Hundred Twenty) days.
A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Bint) or in other equivalent and freely convertible currency.
Bids must be delivered to the address stated below on or before 2:00 PM (8:00 Local Time) on 09-December-2020 GC afternoon and must be accompanied by bid security Stated above in ETB or in other equivalent and freely convertible currency.
Electronic bidding will not be permitted. Late bids will be rejected.
Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 Local Time) on the same date of closing at the SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City.
The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserve the right to reject all or part of the bid.
Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to bid
Jimma zone prosperity office has budget to be used for its office building G+4 of jimma zone prosperity party office project in 2013 E.C. in the budget year, so the office invites all eligible bidders of category general contractor of GC-5 or building contractor of BC-4 and above who full fill the following requirement that should be attached with the application
Bid information
Jimma zone finance and economic co-operation now invite to NCB for GC-5 or BC-4 contractors Construction of G+4 Building of Jimma zone prosperity party office
the bidder shall have the trade license and professional license valid and duly renewed Certificate, Supplier Certificate of Registration from the Federal Ministry of Finance and Economic Development /Bureau/office/ of Finance and Economic Development, Valid Business / Trade License in construction, Tax Clearance certificate, VAT registration certificate, and Tin Registration number certificate.
Bidders can obtain tender documents after the bid is advertised on The Ethiopian Herald Newspaper up to 21 working days from Jimma zone finance and economic co-operation office no 9 payment of a non-refundable fee of Ethiopian Birr 500 (Five Hundred)
All bids must be accompanied by a bid security in the form of Certified Payment Order (CPO) or a Bank Guarantee of amount 200,000 Birr / two hundred thousand birr only.) RFP
The bid security shall be valid for 21 days beyond the end of the bid validity period.
The bid completing of the technical and financial documents must be delivered in separate sealed, and stamped envelopes in two copies labels as original and copy, all copies of the bid shall be submitted in a separate envelope. i.e, the technical and financial) and outer envelopes, due to the market as “technical original, copy 1 and copy 2 technical all technical documents in one mother envelope and financial original, copy 1 and copy 2 financial all financial documents in another sealed in one mother document envelope offer.
Bidders should be specified address of the project addresses of the contractor, a sign of contractor, and stumps on each and every envelope clearly unless bid shall be rejected.
Bids will be closed on the 22nd working day as of the bid is advertised on The Ethiopian Herald Newspaper at 10:00 AM and opened in the same day and time the presence of bidders or their authorized representatives who choose to attend the bid opening ceremony at the jimma .zone finance and economic co-operation office at 10:30 AM in the morning.
The financial proposal of the bidders who pass the technical qualification criteria shall be opened in the presence of the bidders who choose to attend on the date to be announced by the technical committee.
Jimma zone finance and economic co-operation offices reserve the right to accept or reject all or part of the bids.
NB: – If the bid opening ceremony date is not a working day the bid opening date will be the next working day
Tele: – 047-111-11-93 or 0471110380
Jimma
Jimma zone finance and economic cooperation office
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 Bids (IFB)
SNNPRS-Ethiopia
Drought Resilience and Sustainable Livelihood Program (DRSLP-II)IFB Title – Construction of Sitinba, Sholeteka, Ajo and Golo Community Water Supply Project
1. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received Loan from African Development Bank (AfDB) toward the cost of Multipurpose Water Supply Infrastructure Development and it intends to apply part of funds to cover eligible payments under the contract for Construction of Sitinba, Sholeteka, Ajo and Golo Community Multipurpose Water Supply Projects at Male and Bena Tsemay Woredas of South Omo Zone in the Region.
2. SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/GC with WWC-3 or WWC-3/Water Works Construction Grade Three and above for Construction of Multipurpose Water Supply Projects as stated below in the table.
Lot No
Kebele/ Village
Woreda
Zone
Contractors Grade Required
Remark
Lot One
Sitinba
Bena Tsemay
South Omo
GC with WWC-3 or WWC-3 & above
Lot Two
Sholeteka
Male
South Omo
GC with WWC-3 or WWC-3 & above
Lot Three
Ajo
Male
South Omo
GC with WWC-3 or WWC-3 & above
Lot Four
Golo
Male
South Omo
GC with WWC-3 or WWC-3 & above
Note: Contractors can participate in more than one a lot but will awarded only one when successful; priority will be given for the advantage of the client during evaluation
3. Bidders are strongly advised to visit the project construction site before submitting their proposals with their own expense.
4. Bidders who have poor performance records or are black listed by Bureau or for any regional/national contracts are not eligible to apply.
5. Bidders for single entity or JV who have one or more contracts with our bureau or in the region whose physical progress is below 80% are not eligible to participate in the bid.
6. Bidders can participate in more than one lot but will be awarded only one if successful; priority will be given for the advantage of the client during evaluation.
7. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
8. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Works.
9. Bid must be accompanied by bid security of ETB 300,000.00 (Three Hundred Thousand Birr) for each lot in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain Valid for 120 (One Hundred Twenty)Days.
10. A complete set of bidding documents may be purchased by interested bidders upon payment of a a non-refundable fee of ETB 300.00 (Three Hundred Birr) or in other equivalents and freely convertible currency.
11. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 Local Time) on 09-December-2020 GC afternoon and must be accompanied by a bid security Stated above in ETB or in other equivalent and freely convertible currency.
12. Electronic bidding will not be permitted. Late bids will be rejected.
13. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 Local Time) on the same date of closing at SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City.
14. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserve the right to reject all or part of the bid.
Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau,
P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Re-invitation for Bids
Procurement of Works
COUNTRY: Federal Democratic Republic of Ethiopia
NAME OF PROJECT: Second Urban Water Supply and Sanitation Project (UWSSPII)
Project ID: IDA Credit No 6007-ET/6008-ET
Contract Title: Procurement of Construction of Communal and Public Toilets Reference No.: ET-MOWIE-143535-CW-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Second Urban Water Supply and Sanitation Project (UWSSPII), and intends to apply part of the proceeds toward payments under the contract sanitation facilities.
The Dessie Town Water Supply and Sewerage Service now invite sealed bids from eligible bidders for the construction of the following public and communal toilets:
S/No
IdentificationNum of the NCB
DescriptionofWork
No of individual of Buildings
Place of Work
01
ET-MOWIE 143535-CW-RFB
Public Toilet
05
Amhara Regional StateDessieTown, 401 km to the North east from AddisAbaba
02
ET-MOWIE143535-CW-RFB
Communal Toilet
05
Bidding will be conducted through the National Competitive Bidding procedures as specified in the procedure of Government of Ethiopia, Federal Government Procurement and Property Administration Proclamation No. 649/2009 and the Federal Government Public Procurement Directive issued by the Ministry of Finance and Economic Development, June 2010.
Interested eligible bidders may obtain further information from Dessie Town Water Supply and Sewerage Service office, Second Urban Water supply and Sanitation Project Alemayehu Ali e-mail alexemanali@gmail.com and inspect the bidding documents during office hours 2:30 AM to 5:30 PM i.e. 2:30 Local Time -11:30 Local Time) at the address given below.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 500.00(Five hundred Ethiopian Birr) or its equivalent in freely convertible currency. The method of payment will be in cash.
Bids must be delivered to the address below within 30(thirty) calendar days counted from the first day noticed posted on the newspaper at 2:30 P.M. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on the same day at3:00P.M.
All bids must be accompanied by a Bid Security of 1% of the bid amount or an equivalent amount in the form of Bank Guarantee/CPO/ in the bid currency in the name of Dessie Town Water Supply and Sewerage Service office, Second Urban Water Supply and Sanitation Project.
The address (es) referred above is (are): Attn: Alemayehu Ali, Street; Near Alkan health college
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
የጨረታ ማስታወቂያ ብግጨ 17/2013
የደብረ ማርቆስ ዩኒቨርሲቲ ከመንግስት በተመደበለት በጀት በጤና ካምፓስ
Lot 1.remaining works of dormitory & laundary building
Lot 2.remaining works of class room, laboratory, administrative office, septic tank & site works በግልጽ ጨረታ አወዳድሮ ማሠራት ይፈልጋል፡፡ ስለሆነም ሥራውን ለመሥራት የሚፈልጉ ተጫራቾች፡
Place of Bid Competitions:Ethiopian Shipping & Logistics Services Enterprise
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check It!
Invitation to Bidders
Re-ESLSE/PT/NCB/21/2012
Ethiopian Shipping and Logistics Services Enterprise would like to invite interested and eligible bidders for Multipurpose building data center construction work. Upon fulfilling the following terms and conditions.
Bidders who engaged in the sector shall present renewed trade license and registration, VAT registration, current tax clearance certificates, Tin number supplier list registration certificate with technical proposal.
. Bidders who engaged in Renewed and relevant registration on the ministry of construction certification of competency for categories GC-6/BC-5 and above.
The bid document shall be obtained from Ethiopian Shipping and Logistics Services Enterprise which is located on the former maritime building at 1st floor Office No 106 against payment of a non-refundable fee of Birr 200.00 (Two Hundred Birr) during office hours and obtain the bid document from 10th floor.
Bid document shall be accompanied with bid bond amount not less than 2% of the total price on the name of Ethiopian Shipping and Logistics Services Enterprise with technical Proposal in the form of unconditional bank guarantee or CPO that can be valid at least 73 days after bid opening If the amounts of bid security exceed 500,000 ETB the bidder shall reduce to 500,000 (five hundred thousand ETB).
Bidders shall submit financial and technical offers separately.
Bid document shall be submitted in the tender box of the above address on 8th floor on or before November 27/2020 at 2:00 pm and it shall be opened at 2:30 pm (afternoon) in the presence of bidders or their representatives.
Late bid shall not be accepted and return unopened.
Ethiopian Shipping & Logistics Services Enterprise reserves the right to accept or reject the bids partially or totally.