1. Benishangul-Gumuz Regional Health Bureau raised Budget from BOFED and invites sealed bids from eligible bidders for the construction/replacing of menge primary hospital existing internal wooden doors by aluminum
2. The invitation is for all aluminum importers, manufacturers and assembling companies.
Trade License valid for the year-2013 E.C.
Ministry of Finance and Economic Development’s registration certificate for the year 2013 E.C.
VAT registration certificate and tax clearance
3. Required service: replacing of menge primary hospital existing internal wooden doors by aluminum. Based on the attached design, specification and bill of quantities
4. The intended completion date for the whole of works shall be: 180 calendar days.
5. Bidders can obtain the bidding documents from Benishangul-Gumuz Regional Health Bureau Procurement process owner up on payment of a nonrefundable fee of Ethiopian birr 200.
6. The bid must be accompanied by a bid security of 50,000.00 ETB in C.P.O. and submitted to the same office on or before 2:00 PM of Nov – 24/2020. Bids will be opened on the same date at 2:30 PM of 31 days at the same office in the presence of the bidders/bidders legal representative’s.
7. The bidders shall seal the original and two copies of technical and financial documents in two inner envelopes and one outer envelope, duty marking the inner envelopes as “ORIGINAL” and “COPIES”. And writing the following address on the envelope, Benishangul Gumuz Regional Health Bureau, Tel.0577 750839
8. Interested bidder can obtain further information from the following address, Plan & preparation department, Tel. 0577750839.
9. The Regional Health Bureau reserves the right to accept or reject partial or all bids.
The Somali Regional State Disaster Risk Management Bureau(DRMB) (here in after referred to as the “employer”), note would like to invite open bid for the, construction of office block with meeting Hall.
The Somali Regional State Disaster Risk Management Bureau (DRMB) Would like like to invite eligible bidders with valid Business license in construction grade category of GC4/BC3 or above and renewed for 2013 E.C. for construction of office block with Meeting Hall.
You may obtain further information in respect of the Bidding Dossier at the office of: the Somali Regional State Disaster Risk Management Bureau (DRMB) P.O.Box 232,Tell: +251 252 78 5054/ +251 252 78 0313, Jigjiga Ethiopia.
. Yon may collect a complete set of bidding documents from the above office, on submission of a written application and upon payment of nonrefundable fee of Ethiopian Birr 400.
All tenders must be accompanied by a bid security to be provided as bank guaranty or (CPO) equivalent to 1 % of the bid price before VAT in ETB and must be delivered to the address named in the Instruction to bidders at Finance, logistics and planning, M&E section 8.
Bid validity period will be 10 working days after the date of advisement on the Ethiopian herald newspaper.
The dead line. for bid submission will be on 11th date on the date of advertisement on 10:00 A.M. And Bid willbe opened in the presence of bidders or their representatives who choose to attendat 10:30 AM on the 11th day after the date of advertisement.
The bidders or the representative is advised to attend a pre-tender meeting to, clarify issues, obtain answers to questions on any matter and to be show round the site of the work. The meeting will take place the above office at finance, pain and &logistic M&E department.
The SRS, DRME3 Reserves the right to partially or the bid at all.
Somali Regional State Disaster Risk Management Bureau
INVITATION TO BID FOR SUPPLY AND INSTALLATION OF W-BEAM GUARD RAIL UNDER ADIREMET ADIHARDI-BEAKER DESIGN AND BUILD UPGRADING RODE PROJECT
We hereby invite bids for the execution and completion of the cited contact for eligible bidders who have :
(a) Appropriate trade license renewed for the current year
(b) VAT registration certificate
(c) Taxpayer registration certificate
(d) Experience on similar works, at list supply and installation of W-Beam guard rail at one ERA’s project.
Bid document can be obtained starting first day of announcement by interested eligible bidders during Working hour’s against payment of non-refundable Birr 500 (ETB Five Hundred) from below address:
Sur construction PLC Mekelle Branch office, Training Center (Training Room) Lachi, Mekelle,
Tell: +251 -344-4087-00/01
All bids must be wax sealed and accompanied by a bid security of Birr 50,000 in the form of a certified chaque/CPO/ bank guarantee in a fever of SUR Construction PLC valid for a period of 60 days after bid opening and shall be delivered at the above-noted address on or before 9:30 a.m. on November 12, 2020.
Bids will be opened in the presence of those bidders or their legal representatives who chose to attend on the same day at 4:00 a.m.
We will not be responsible for any cost/expenses incurred by the bidders in connections with site visits, preparation, and delivery for bids.
Bidders are instructed to submit technical and financial proposals in one envelope.
We reserve the right to reject any or all bids without assigning any reason/s thereof.
The Ethiopian Construction Works Corporation (ECWCT) hereby invites registered eligible bidders for Sub Contracting for the execution of the supply and cast-in-place concrete works for federal documents Authentication & registration agency 4B+G+21 office 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 nonrefundable 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 13, 2020, at 10:00 AM.
The bid must be accompanied with a Bid Security 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 13, 2020, at 10:30 AM, in the 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.
Adders Gured shola in front of Andinet International
School. P. O. Box 21952/1000, Addis Ababa, Ethiopia
NOTICE OF INVITATION TO BIDS FOR CONSTRUCTION OF 2B+G+9 MIXED USE BUILDING
FAL General Contractor would like to invite interested and eligible bidders for construction of 2B+G+9 mixed Use Building.
. Bidders shall have construction grades of minimum GC3/BC3 and above and shall have a minimum of Five years experience in construction of buildings.
The project is located around AYAT area in Addis Ababa. FAL General Contractor will arrange site visit in the presence of interested bidders on November 05, 2020 @ 2:30PM.
FAL General Contractor now invites experienced eligible bidders in construction works, which fulfill the following requirements, to submit sealed bids for the provision of labor, materials and equipment for construction of 2B+G+9 mixed use building.
a) Interested bidders shall submit following legal documents along with their qualification documents; Bidders shall have relevant experience in Building construction work and shall have a certificate of registration from Ministry of Works and Urban Development renewed for 2013 E.C. and other appropriate documentary evidences demonstrating the bidder’s compliance which shall include:
(i) Its trading license renewed for 2013 E.C;
(ii) Its tax clearance certificate valid at least at bid submission date that permits the bidder to participate in any public tender, and VAT registration certificate; and
(ii) Registration as supplier in the list of the mandated public body, i.e. Public Procurement and Property Administration Agency (PPPAA)
b) Interested bidders shall also submit following documents justifying their experiences along with their qualification documents;
(i) Bidders shall provide evidences (testimony) for execution and completion of at least two projects of similar nature
(ii) Bidders shall provide evidence justifying ownership of metal props (scaffoldings), Gong lift, concrete mixers and concrete pump.
(ii) Bidders shall provide company profile, indicating past work experience in similar works, machinery, materials and manpower and shall provide evidences for same.
5. Bidding will be conducted through the Local Competitive Bidding (LCB) procedure, specified in the bidding documents, and is open to all eligible bidders. The detail qualification criteria are stated in the bidding document.
6. Interested eligible bidders may obtain further information and inspect the bidding documents from FAL General Contractor at the address given below, from 8:30AM to 12:00 AM and 2:00PM to 5:00 PM from Mondays to Fridays and 8:30 AM to 11:00 AM on Saturday local time. A complete set of the bidding documents in English may be obtained by interested bidders on submission of a written application and presentation of the documents mentioned under item (3) above to the address below, effective as of October 29, 2020.
7. Bidders shall submit two envelopes, “Qualification Application & Bid Security” in one envelope and “Financial Bid” in the other envelope, the two envelopes shall be sealed in an outer envelope. Bidders shall submit one original and two copies of Technical and Financial Bids. Both Technical and Financial Bids shall be opened on the same day in the presence of bidders and financial bids will not be read out and FAL General Contractor reserves the right for further negotiations with bidders, if necessary, on financial offers.
8. Bids must be delivered to the address below on/before November 12, 2020 at 2:30 P.M. Bids must be accompanied by a bid security in the amount of ETB 50,000.00 (Fifty Thousand Birr) in the form of CPO. Bids not accompanied by bid security shall be rejected from further evaluation. Technical qualification information and Bid secunty of the bidders will be opened in the presence of bidders’ representatives who choose to attend at FAL General Contractor Head Office, on the final date and time of bid submission. Late bids will be rejected.
FAL General Contractor reserves the right to accept or reject any or all bids.
Address: FAL General Contractor, Head Office, Construction Operations Department,
Yeka Sub City. Around Ayat area, GET Building, 5th floor, Room No. 507,
Water, Education Economic empowerment and Medical care Alliance (WEEMA) international now invites all contracts of category WWC/GC class 6 and above with renewed license valid for the year 2020 G.C or 2013 E.C for providing the necessary labor, Material, Equipment and service for the construction of Mudula and Wissisa WASH project at Sigazo kebele of Tembaro Woreda, Kembata Tembaro zone, SNNPR.
Hence, if your firm has valid license for the current year, you can obtain a complete set of bidding document from the head office of WEEMA international finance department, Addis Ababa up on submission of legal document and upon payment of non-refundable fee of Birr 100.00 /one hundred Birr/ within 7 (seven) consecutive working days starting from the date of the advertisement of the bid on reporter newspaper. The office is located 500 meter walking distance from back entrance of Bole sub-city administration building and in front of lion security. For detail information please use telephone number +251-11-8688651.
Bidders must submit the technical and financial document 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. In the event of any discrepancy between them the original will prevail.
CPO not less than 1% of the bid amount should be submitted with Technical Original document,
The dead line of bid (both technical and financial offers independently) submission shall be on or before 3:00 pm of 7th working day from the date of the advertisement of the bid.
The original and copy of the technical as well as financial document shall be sealed as per the requirements indicated in the data sheet
In preparing the bid document bidders are expected to visit the area of the construction to have enough understanding about construction material and topography by own expense.
Only qualification document will be opened at 3:45 pm of 7th working day from the date of the advertisement of the bid at the head office of WEEMA International. If the 7th date will not be working day the opening will held at the next working day in the same venue and time.
Only financial offers of those bide who score the minimum qualifying point, 50% (Fifty Percent) and above on the technical qualification will be eligible. The financial offers of the bidders who have scored less than the minimum passing point in technical qualification will be returned unopened.
The client shall address the financial opening date and time to the bidders by notice board or through email or via phone call. From eligible contractors, the least price will be selected for work after detail financial analyses based on engineering estimation and weight of average bidders estimation
Any attempt of submission of forged (false) document and /or indication of financial offer on the qualification document shall result in rejection of the bid.
1. It is also very important to note that the following requirements legal status shall be fulfilled in order to purchase tender document
1.1 Renewed trade license for 2020/2013 budget year.
1.2 Commercial Registration Certificate
1.3 Tax payer Registration certificate
1.4 VAT registration certificate
10. There is no advance payment for the works.
11. WEEMA international reserves the right to reject any or allbids.
The Representation Office of the United Nations High Commissioner for Refugees (UNHCR) in Ethiopia, Addis Ababa invites competent, reputable and registered companies(international) to participate in the below tender:
REQUEST FOR PROPOSAL-Construction of fence and Levelling of the Compound in UNHCR Aysaita residence-RFP/HCR/AA/2020/005
The closing date is 09 November 2020- 16H00- Ethiopian time Details of the above-mentioned bid document should only be requested through email, by sending your request to ETHADSMS@unhcr.org.
Working hours: Monday to Thursday from 09:00-12:00 and 14:00-16:00 Friday from 09:00-14:00
Tender documents can be requested effective from 26 October to 07th November 2020.
The tender submission should comply with requirements raised in the request for proposal document and must be type-written/computer-generated/PDF.
Closing date for receipt of tender documents is 09 November 2020- 16H00 Ethiopian Time . No submission after this deadline shall be accepted.
The SEDETAN CHORA Farmers cooperative union has allocated budget towards the cost of the G+3 building office Project and intends to apply part of this budget to payments for the construction works of the aforementioned project. The project name is the G+3 building office Building, its location is Buno Bedele Zone, chora woreda, kumbabe town and the total period of construction including the required mobilization time for the G+3 building office project is two years).
The SEDETAN CHORA Farmers Corporative union now invites eligible bidders to submit sealed bids for providing the necessary labor and Equipment cost only for construction works of the above G+3 Building project.
Interested bidders shall submit the following evidence: The bidders shall have a certificate of competency from Oromia Construction Bureau or Ministry of Federal Construction with Category: BC-5/GC-5 and above renewed for the bidding period and other appropriate documentary evidence demonstrating the bidder’s compliance,
Interested eligible bidders may obtain further information and inspect the bidding documents, including a complete set of Engineering Drawings which is necessary for bidding purposes, at the address given below during office working hours. 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 non-refundable fee of ETB 1000.00 (One Thousand Birr only), effective from the first date of announcement up to the deadline. The method of payment shall be in cash to the SEDETAN CHORA FCU office.
The bid shall be purchased for 21 continuous day from the date advertised by ADDIS ZEMEN and closed the next 22 working days at 4:00 A.M and The Bid Opened on the same day at 4:30 A.M at in presence of eligible bidders/Legally representatives who choose to attend.
SEDETAN CHORA Farmers cooperative Union reserves the right to reject any bid to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders
Procurement for the Contraction of Urban Infrastructure in the City The federal democratic republic of Ethiopia has received financing from the International Development Association (IDA) towards the cost of urban institutional and infrastructure development projects (UIIDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the
A. Awetu river channelization from Negaso Bridge to Becho bridge: Package Jimma/UIIDP/W-10/ 2013
B. Awetu river channelization from Becho Bridge Bridge to Bishishe bridge: Package number Jimma/UIIDP/W-11/2013
The City Administration now invites sealed bids from eligible bidders for the provision and construction of projects listed above
Bidding will be conducted in accordance with the open national tendering procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all eligible GC/WWC/RC bidders of category IV (4)/111(3)/111(3) respectively & above. they are required to submit a business license renewed for the current year (2013), VAT registration certificate, and taxpayer registration certificate (TIN) from a legally authorized body to do so.
Interested eligible bidders may obtain further information and inspect the bidding documents during official working hours at the address below. Bidders (contractors), following another procurement procedure, who made past contractual obligations with Jimma City Administration and have project(s) on hand whose current outstanding performance is less than 70% are not eligible to participate in this bid.
Bidders who apply for more than one project from the Jimma City Administration under invitation at the same time shall submit their bid separately for each project they are interested to apply for. However, a bidder may be considered on the projects under invitations subjected to fulfilling of the aggregate of Qualification Criteria for individual and multiple projects specified in the respective bidding documents. If not the client is subject to consider only the preceding bid based on the date of invitation or the date & time of bid Opening
A complete set of Bidding Documents may be purchased as of the 1st-day announcement on this newspaper by interested bidders on the submission of a written application (request) accompanied by copies of renewed business license, competency registration certificate, other necessary documents, and certificates to the address set forth below and upon payment of a non-refundable fee of Ethiopian Birr 500(five hundred) during official working hours.
The bid must be delivered on or before 21 working days from1st day announcement during working hours to the address below and on the 21st working day no later than 3:00 P.M and must be accompanied by a bid security of Ethiopian birr 150,000.00(One hundred fifty thousand Birr ), the bidder’s option, be in the form of CPO (certified cheque) or unconditional bank guarantee issued by a domestic bank in the name of Jimma city Administration. The bid security in the form of an unconditional bank guarantee shall be submitted using the Bid Security Form included in Section 4, Bidding Forms of Bidding Document. Late bids after bid submission due date and time shall be rejected/ returned unopened. Technical document & Bid bond will be opened in the presence of the bidders’ representatives who choose to attend at the address below on the 21st working day of the first-day announcement at 3:30. P.M. If that day is not a working day, it will be at the same time and place on the next working day. Prospective qualified (responsive) bidders will be notified of the date of financial opening and a public reading of bid prices.
The employer reserves the right to reject all or parts of the bid.
Jimma City Finance and Economic DevelopmentJimma city Administration yard, Finance and Economic Development Building, Ground Floor bid opening hall
The Wolaita zone water, mines, and energy department collaborating with wolaita zone finance and econ55omy development department now invites sealed bids from local or international eligible bidders for the following project construction:NoBid NoLot NoName of ProjectZone Woreda Grade 1WZWMED/CWCZC/01/2013/NCBLot-1Wachiga Busha water supply expansion projectWolaitaSodo zuria WWC & GC grade 5 or WWC grade 5 and above
Bidders should present a business license valid and Renewed for 2012 E.C and valid and renewed 2012 E.C proportion waterworks registration and certificate for VAT, TIN, and Evidence for PPA registration.
Bids shall be valid for a period of Sixty (60) days after Bid opening.
Bids must be accompanied by bid security of 40,000.00 (Forty thousand) Birr in the form of Bank Guarantee or CPO and shall remain valid for 90 (Ninety) days. Insurance bond is not acceptable.
A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the SNNPR Wolaita zone finance and economy development department. Procurement, Finance and Property Adm. Main Process at the address given below, upon payment of ETB 200.00, (Two Hundred). The method of payment will be in cash against receipt.
Bids must be delivered to the wolaita zone finance and economy development department. Procurement, Finance and Property Adm. core Process, Wolaita Soddo, Telephone number 0465512116 at or before 2:30 P.M afternoon (or 8:30 afternoon local time) on 21st calendar day from the date of this announcement on Ethiopian Herald News Paper/National newsletter. If the 21st day is not working days or the date of National holiday, the bid submission will be on the next working day at the same time and venue. Electronic bidding will not be permitted. Late bids will be rejected,
Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 3:00 P.M afternoon (or 9:00 afternoon local time) on 21″ calendar day from the date of this announcement on Ethiopian Herald News Paper. If the 21st day is not working days or the date of National holiday, the bid will be opened on the next working day at the same time and venue.
The Departments Reserves the right to reject all or part of the bid.
Full Address: wolaita zone finance and development planning department and wolaita zone water, mines and energy department. Next to higher court building (new building of wolaita zone administration ) for WZFEDD and In front of wolaita sodo university for WZWMED.
SNNPRS Wolaita zone Finance and Economy Development Department collaborating with Wolatita zone Water mines and energy Department hereby invites wax-sealed bids, from qualified and eligible Bidders class described below licensed in water well drilling for Drilling and construction of Four (4) Deep Boreholes stated as followsNoProject nameBid NoWoreda /site namesTarget DepthBudgets sourceLot-1 Drilling and construction of Four (4)Deep Boreholes in Hobicha,Abela Abaya, Kawo Koyisha and Duguna fango woredas wolaita zoneWZWMED BH/SWIZC01/2013 NCBBosa wanche350 meterZone Capital Abela Abaya300 meterKawo Koisha300 meterDuguna Fango300 meter
Bidders should present renewed (for 2012 E.C) business license, registration certificate for VAT, TIN, Evidence for PPA registration and renewed (for 2012 E,C) water resource certificate Registration.
Bidders shall obtain bid documents upon payment of non-refundable birr 200.00 for each document from the Wolaita Zone Finance and Economy Development Department
Bids shall be valid for a period of sixty (60) days after the date of Bid opening.
Bids should be accompanied by a bid Security”fleth Birr 100,000.00 /One Hundred Thousand Birr/ in an acceptable form of (CPO or Bank Guarantee), and shall remain valid and open for acceptance for a period of 90 days after the date of bid opening. Insurance bond is not acceptable.
Bidders are invited to submit financial and technical proposals original and copy separately enclosed in wax closed sealed envelope and the number of copies of both financial & technical documents is three.
Bids must be delivered to the wolaita zone finance and economy development department Procurement, Finance and Property Adm. Main work Process, Wolaita sodo, Telephone number 0465512116, at or before 2:30 p.m. (8:30 afternoon at local time) on 21″ calendar day from the date of this announcement on Ethiopian News Paper. If the 21s day is not a working day or the date of the National holiday, the bid submission will be on the next working day at the same time and venue. Electronic bidding will not be permitted.
Bids will be opened in the presence of bidders and/or their authorized representatives at the last date of bid submission, at 3:00 PM (9:00 afternoon at local time) in the afternoon at the Wolaita Zone Finance and Economy Development Department.
The Departments (WZWMED and WZFEDD) reserves the right to reject all or parts of the bid.
Full Address: Wolaita zone finance and Economy development department and wolaita zone water, mines, and energy department. Next to higher court building (new building of wolaita zone administration) for WZFEDD and In front of Wolaita Sodo university for WZWMED.
Construction of Fuel Station & Installation of 100m3 Underground Tanks Type of Work ግዥ ለመፈጸም ባወጣነው ግልፅ ጨረታ መሰረት የሰነድ መመለሻ ቀን ጥቅምት 13/2013 ዓ.ም (October 23, 2020 GC ) በ8፡00 ሰዓት መሆኑ ይታወቃል፡፡
1st Announcement Dated on Addis Zemen ( Oct 6, 2020 )
Invitation to Bid
National Competitive Bidding
Procurement No:-SMTSE/ነታ/ግጨ/06/2013/2020
Procurement Name: Construction of Fuel Station & Installation of 100m² Underground Tanks
Type of Work: The work shall include the construction of civil works and installation of the underground fuel tank at different locations in Addis Ababa.
The Addis Ababa City Government Sheger Mass Transport Service Enterprise has funds within the Employer’s budget to be used for the procurement of work stated above.
The Addis Ababa City Government Sheger Mass Transport Service Enterprise invites sealed bids from eligible bidders for the Procurement of work stated above. Interested eligible bidders are invited to submit bids for the construction of civil works and installation of underground fuel tanks as per the detail drawing and client’s requirement.
Interested bidders shall submit the following Qualification Document;
a) Eligible bidders shall have a valid Business The license in Construction Grade category of GC3 / BC3 or above renewed for at least 2012/13 E.C. and other appropriate documentary evidences demonstrating the bidder’s compliance which shall include:
i. Its Trading license renewed for at least 2012/13 E.C;
ii. Its tax clearance certificate valid at least at bid submission date that permits the bidder to participate in any public tender, and VAT registration certificate; and
iii. Registration as supplier in the list of the mandated public body, i.e. Public Procurement and Property Administration Agency (PPPAA)
b) Relevant professional practice certificates;
Bidding will be conducted in accordance with the open National Competitive Bidding Procedure contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders.
Interested eligible bidders may obtain further information at Sheger Mass Transport Service Enterprise, Procurement, and Property Administration Department, at Eyerus Building, 7th Floor, 22 street next to Meklit Building, Tel. +25111-8-33-3462/0118-33-40-76, Addis Ababa Ethiopia.
A complete set of Bidding Documents in English may be purchased by interested bidders at the address mentioned on the item number 5 with a non-refundable fee of Ethiopian Birr (ETB) 200.00 (Two Hundred Ethiopian Birr). The method of payment will be in Cash. The bid Proposal must be submitted in hard copy.
Each Bid shall be valid for a period of 90 days after bid opening and must be accompanied by a bid security of ETB 100,000.00 (One hundred Thousand Ethiopian Birr) in the form of CPO or Unconditional Bank Guarantee.
The bid along with the bid security must be delivered to the addresses mentioned in number 5 on or before 2:00 p.m., October 23, 2020 G.C/Tikmit 13/2013 E.C. No liability will be accepted for loss or late delivery. Technical Bid Documents will be opened at the same place, same date, and 2:30 P.m. (after-noon) in the presence of bidders or bidder’s representatives who chose to attend.
Sheger Mass Transport Service Enterprise 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.