The Ethiopian Wildlife Conservation Authority has funds within the Government Capital budget to be used for the procurement of the Construction of Scout Residence, Service Quarter, and Septic Tank Buildings at Nechsar National Park and Senkelle Swayne’s Hartebeest Sanctuary.
The Authority invites sealed bids from eligible bidders of GC/BC 5 and above contractors for the construction of Scout Residence, Service Quarter, and Septic Tank Buildings at Nechsar National Park and Senkelle Swayne’s Hartebeest Sanctuary within the construction period of 120 calendar days for each site.
Bidding will be conducted in accordance with the open national tendering procedures and in the public procurement proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries.S/RType of the projectStarting pointEndpoint (Construction SiteApproximate to Length/kilometer1Nechsar National Park Scout Residence, Service Quarter and Septic Tank BuildingsAddis Ababa Nechsar National ParkFrom Addis Ababal to Nechsar National Park 515 KM2Senkelle Swayne Hartebeest Sanctuary Scout Residence, Service Quarter and Septic Tank BuildingsAddis Ababa Senkelle Swayne’s Hartebees Sanctuary From AddisAbaba to Senkelle Swayne’s Hartebeest Sanctuary 305 KM
A complete set of bidding document can be purchased by any interested eligible bidder upon non-refundable payment of Birr 200 (Two Hundred Birr) for each document from the Ethiopian Wildlife Conservation authority office 9h Floor during office hours (Monday to Friday 8:30 – 12:30 AM and 01:30- 05:30 Pm).
One bidder shall compete only for one project from two projects.
Interested eligible bidders may obtain further information from the Ethiopian wildlife Conservation Authority regarding the bidding document, At Yobek Commercial Center Oh Floor. From 8:30 to 12.30 AM and 1:30 to 5:30 PM working days
Bidders shall present their renewed trade license for the year. VAT registration certificate. Tax clearance and renewed contractor registration certificate for the year form The Federal Democratic Republic of Ethiopia Ministry of Construction registration Certificate only.
Bidders must also fulfill the following technical criteria renewed professional license, Experience, and renewed employment Agreement for each professional purchase receipt of ownership, General Experience of the contractor with supporting documents, specific experience of the contractor with supporting documents, datasheet should be signed and submitted with the technical document,
All bids must be accompanied by a bid security of Ethiopian Birr 20,000.00 (Twenty Thousand Birr) for the construction of Scout Residence, Service Quarter, and Septic Tank Buildings for each site in the form of CPO and Unconditional Bank Guarantee.
Bids must be delivered to the address-below at Authority Main office (Sengatera Square Yobek Commercial Center) 9th Floor on or before the 21″ Calendar days (Continuous Days) of the bid first announcement on The Ethiopian Herald on or before 10:00 AM But if the 21st Calendar days. (Continuous Day) of the closing date is a weekend or holidays, It will be conducted on the next working day. Late bids shall be rejected.
Evaluation is to be carried out in stages, the technical evaluation will be conducted first and financial bids of only technically qualified bidders will be opened next.
Bidders are instructed to submit one “original” and one “copy” of the technical and financial proposal in separate envelopes each.
Bidders shall submit two envelopes, technical information & bid security in one envelope and Finical bid separately in another envelope and should be sealed in an outer envelope
Technical document and bid security will be opened in the presence of the bidders/legal representatives who choose to attend at the address below on the 21st day of the bid the first announcement on The Ethiopian Herald 10:30 AM But if the 21st date of the opening date is weekend or holiday it will be conducted on the nerd working day
Bidders are instructed to fill sing and seal all the forms of the bid documents failure to submit this will result in automatic rejection from the bid
The Employer reserves the right to accept or reject any or all bids.
The Government of Ethiopia has received a Credit/Grant from different financers (WB, KOICA, DFID, ADB, UNICEF, the Government of Finland) toward the cost of Water Supply and Sanitation Projects of OWNP phase II and use proceeds of this Credit/Grant to payments under the contracts for Civil Works Construction, Supply & Installation of Pipes & Fittings and Supply and Installation of Electromechanical equipment Alidoro Town (North Shawa Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for the execution of the works described below.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s Procurement Regulation for IPF BorrowersJuly 2016, Revised Nov. 2016 and August 2018 and is open to all eligible bidders as defined in the Procurement Guidelines and is open to all eligible bidders as defined in the Procurement Guidelines.
Interested eligible bidders may obtain further information from Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. at the address given below.
A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non-refundablefee of 800,00 (Eight Hundred) in Cash.
Bids must be delivered to the address below on or before November 23/2020. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on November 23/2020. The Bureau reserves the right to accept or reject all or parts of the bid.
The bid must be accompanied by a Bid Security of ETB 345,000.00 (Three Hundred forty-five Thousand) in Ethiopian Birr or its equivalent in freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
Average annual turnover of ETB 51,600,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last five years and specific experience of at least one similar contract in the last five years with ETB value 35,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):
Address: Oromia Water & Energy Resource Development Bureau,
One WaSH National Program Implementation Unit,
Bole Road around Olympia next to Admas University
Olympia Campus on Amina Building 2nd Floor Room No. 208.
National Competitive Bidding (NCB) Procurement Reference Number AB 14/2019/20
Awash Bank brutes sealed bids from eligible bidders for supply Delivery, Installation and making ready to use the under-listed items for different beaches to be opened in 2020/21 budget year & Existing branches. S.NDescription LOT-11Supply & &fix different types of counter desks and Office Desks LOT-22Supply & fix Interior works as per the bank’s specification & design Interior work includes drywall panel gypsum board ceiling, electrical installation works, painting works & logo
The Bank will enter into a contractual agreement with selected bidders for one year starting from signing the contract.
Bidding will be conducted in accordance with the open tendering procedures contained in the Directives of the Bank and other relevant laws of the country and is open to all eligible bidders.
A complete set of bidding documents in English shall be obtained from Procurement Division of Awash Bank located at Awash Towers 10th floor room No 10-04 upon producing receipt of a non-refundable fee of Birr 100.00 /One Hundred/ for each lot by depositing in Account Number 01540000544500, at AWASH BANK, FINFINE BRANCH, located at the Bank’s Head Quarter Building (Awash Tower), Ground floor during office hours (Monday to Friday 8:00 AM-12:00 PM; 1:00 PM-4:30 PM and Saturday 8:00AM12:00PM) starting from October 20, 2020, upon presentation of a copy of renewed Trade license, Certificate of registration, Tax Clearance Certificate, VAT Registration Certificate and TIN Registration Certificate.
The bid must be accompanied by a bid bond amount of; Birr 100,000.00 (One hundred thousand) for LOT-1 and > Birr 50,000 (Fifty thousand) for LOT-2 in the form of unconditional and irrevocable bank Guarantee from other banks or Cashier’s Payment Order (C.P.O) from any local Bank.
Bid documents must be deposited in the bid box prepared for this purpose on or before November 04, 2020, at 10:00 AM in the above-mentioned address.
Bid opening shall be held at the office of Shared Services Directorate Awash Tower 10th floor in the presence of bidders and/or their representatives who, wish to attend on November 04, 2020, at 10:30 AM for LOT-1 and at 11:00 AM for LOT-2
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84.
Failure to comply with any of the conditions from items 2 to 6 above shall entail automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully
CONSTRUCTION WORKS OF DEBRE MARKOS – DIGUA TSION – MOTA ROAD PROJECT
CONTRACT 1: DEBRE MARKOS – KM 60.56 (60.56 KM) and
CONTRACT 2: KM 60.56 – MOTA (57.81 KM)
INVITATION FOR BIDS
The Federal Democratic Republic of Ethiopia (FDRE) has applied for financing from Saudi Fund for Development (SFD) for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project.
The Ethiopian Roads Authority (ERA) on Behalf of the FDRE invites international eligible Contractors (including all members of a joint venture and all Subcontractors of bidders) for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project. The Road Project is to be constructed in two separate Contracts, Contract 1: Debre Markos – Km 60.56 (60.56 Km) and Contract 2: Km 60.56 – Mota (57.81 Km).
In general, the proposed Debre Markos – Digua Tsion – Mota Road Project consists of construction of 60.56 Km and 57.81 Km roads to Asphalt Concrete surfacing to ERA DC5 standard (ERA’s Geometric Design Manual – 2013).
The works also include the construction of minor and major drainage structures. Rural sections shall have a road carriageway width of 7.0m (with 1.5m and 0.5m sealed with Single Bituminous Surface Treatment shoulders on each side for flat/rolling sections and mountainous sections respectively). For town sections; Zonal seat shall have 2.5m median width with both sides having 3.5m parking lane, 3.5m Carriageway, and 2.5m walkway, and Woreda seats shall have 7m carriageway with 3.5m parking lane and 2.5m walkway on each side. Whereas, Kebele seats shall have a 7m carriageway with 2.5 m paved shoulder on each side. The time of completion for each project is 42 months (1278 calendar days) including a mobilization period of 120 calendar days.
4. Eligible Applicants may obtain further information from, and inspect and acquire the Bidding Documents, at:
Address: Ethiopian Roads Authority (ERA)
Ras Abebe Aregay Street
ERA Head Office, New Building Block B,
1st Floor, Office No. 102,
P.O. Box 1770
Addis Ababa, Ethiopia.
Tel.No. +251-11-833 29 81/ 515-30-15
Fax No. (251 11) 551-48-66/554 44 34
5. Bidders may obtain a complete set of bidding documents at the above office starting from October 19, 2020, and upon payment of a non-refundable fee of 300 US$ (Three Hundred US Dollars) or 10,000 ETB (Ten Thousand Ethiopian Birr) for each project. Payment shall be made in cash, bank certified check or telegraphic transfer to the Employer’s Bank Account in the Commercial Bank of Ethiopia-Sengatera Branch through Account No.01715-33144600.
The document will be sent by registered airmail if required so by the bidder but under no circumstances will the procuring entity be held responsible for late delivery or loss of the documents so mailed.
6. Bidding will be conducted through the International Competitive Bidding (ICB) procedure specified in the bidding documents and is open to all eligible bidders. The minimum General and Specific Construction Experience is as shown below;
Table 6.1: Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km)
Item No.
Qualification Criteria
Minimum Requirement
1
Annual Construction Turnover
USD 26.0 Million (Average Construction Turnover)
2
Liquid Asset /Cash Flow requirement
USD 5.0 Million
3
General Construction Experience
5yrs Firm Experience in Construction
4
Specific Construction project experience
Two (2) new Asphalt Concrete (AC) road construction or rehabilitation or upgrading each with a value of USD 36 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed)
5
Specific construction experience in key activities
Item No.
Item Description
Unit
Quantity
1
Earthwork; cut & borrow to fill, cut to spoil(common and Intermediate/rock excavation)
M3/year
734,000.00
2
Gravel Sub base
M3/year
51,000.00
3
Crushed Stone base
M3/year
40,000.00
4
Asphalt Concrete (AC) Surface Dressing
M2/year
185,000.00
Table 6.2: Debre Markos – Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km)
Item No.
Qualification Criteria
Minimum Requirement
1
Annual Construction Turnover
USD 26.0 Million (Average Construction Turnover)
2
Liquid Asset /Cash Flow requirement
USD 5.0 Million
3
General Construction Experience
5yrs Firm Experience in Construction
4
Specific Construction project experience
Two (2) new Asphalt Concrete (AC) road construction or rehabilitation or upgrading each with a value of USD 35 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed)
5
Specific construction experience in key activities
Item No.
Item Description
Unit
Quantity
1
Earthwork; cut & borrow to fill, cut to spoil(common and Intermediate/rock excavation)
M3/year
1,000,000 .00
2
Gravel Sub-base
M3/year
45,000.00
3
Crushed Stone base
M3/year
38,000.00
4
Asphalt Concrete (AC) Surface Dressing
M2/year
174,000.00
7. The bidding procedure to be followed is a two-envelope procedure. The post-qualification documents and financial offers should be sealed in two separate envelopes. The first envelope containing the post-qualification application and bid security is clearly marked “Post Qualification Application and Bid Security” and the second envelope that contains the offer is marked “Submission of Offer” for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km) for Contract 1 and “Submission of Offer” for the Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km) for Contract 2 and the two envelopes shall also be enclosed by an outer envelope marked “Post Qualification Application and Offer for Construction Works of Debre Markos – Digua Tsion – Mota Road Project, Contract 1: Debre Markos – Km 60.56 (60.56 Km)” for Contract 1 and “Post Qualification Application and Offer for the Construction Works of Debre Markos Digua Tsion – Mota Road Project, Contract 2: Km 60.56 – Mota (57.81 Km)” for Contract 2.
Evaluation is also to be carried out in two stages, the post-qualification application and the bid security will be opened first and the qualification evaluation will be undertaken. The bid that is responsive to the minimum post-qualification criteria will be opened for further evaluation. The offers of those bidders who fail the minimum qualification criteria shall be returned unopened after the award of the contract.
8.All bids must be accompanied by security in the form and amount specified in the bidding documents, and delivered to:
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay Street
P. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-515 66 03
Fax. +251-11-5514866
On/or before December 22, 2020, at 2:30 PM.
The Bids shall be prepared in one original and four copies. Bids for each project must be accompanied by a bid security of USD 1,000,000.00 (United States Dollar: One Million) or Equivalent in a format acceptable to the Employer for each project/contract. Late bids will be rejected. Post-Qualification Application and Bid security of the bidders will be opened immediately thereafter in the presence of the Contract Award Committee and bidders’ representatives who choose to attend on the final date and time of bid submission and at the address stated here above.
9.The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.
The Benishangul Gumuz Regional State, Road & Transport Authority
invites consultants with their professional certificate and trade license valid for the year 2013 E.C and registered for VAT and listed in the category of registered consultants in the Ministry of Construction and temporary registration in Benishangul Gumuz Regional State Urban Development and Construction Bureau to submit sealed bids for providing the necessary labor, materials, and equipment for the numbers listed below:
1. Supervision of Rural Roads Maintenance in Benishangul Gumuz, Afar, and Gambela Regions Rural Roads Authority.
Interested eligible bidders may obtain further information and inspect the bidding document at the office of Benishangul Gumuz Regional State, Road and Transport Authority, Tel: 057-775 0660 /0326/2622, Fax: 057-775 04 04, P.O.Box: 126 ASSOSA/ETHIOPIA/
Each prospective bidder proposing to bid for this project must submit Registration Certificate for category General Consultants GC-3/Road Consultants RC-3 and above respectively, Currently Renewed Business License, VAT Registration Tax Payer Registration, and Tax Clearance Certificates.
A complete set of bidding documents may be purchased by any interested eligible bidder on the submission of a written application to the above address and payment of a non-refundable fee of Ethiopian Birr 300 (Three Hundred) for each set of the document starting from the first appearance of this advertisement on the Ethiopian Herald for the coming 30 days. The final submission date and closing of the bid proposals will be on the 31st date of this announcement on the Ethiopian Herald at 4:00 am / Local Time in the Morning/ and it shall be opened the same date at 4:30 am / Local Time in the Morning/ in the premises of Benishangul Gumuz Regional State, Road and Transport Authority. A proposal, which is received late, will be returned unopened to the respective Bidder.
All Bids must be accompanied by a bids security of Ethiopian Birr 100,000 (one hundred Thousand) from legal banks of Ethiopia. The bid security shall be payable on demand to the Enterprise and must be an irrevocable Letter of Credit, or Bank Guarantee, or a Certified Payment Order (CPO) at the Bidders option except for any insurance company guarantees.
Sealed bids containing one original and two copies of technical and financial proposal documents should be submitted separately. The bid along with the bid security must be delivered to the offices of procurement and Materials Management Work process Office, P.O.Box 126 Assosa on/before the date and time specified above
Bids will be opened in the presence of Bidder’s representatives to attend the Procurement and Materials Management Work process Directorate at Library Office. If the 31st date of this announcement lies on a weekend or a holiday, the opening date will be the next working day while the time remains the same. The Supervision of the maintenance work shall be completed within 10 Calendar months from commencement of works.
The Benishangul Gumuz Regional State, Road, and Transport Authority reserve 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 it’s the best interest.
Bidder’s representative must bring the represented letter and renewed ID card.
Name of Project: CR- Water Supply and Sanitation Project
Contract Title: Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Cen- ter RPS Kebeles found in Sherkole Woreda that located in Assosa Administrative Zone of the Benshangul Gumuz National Regional State
Reference No.: BG/OWNP/W/02/2020
The Federal Democratic Republic of Ethiopia has budget toward the cost of the CR-Water Supply and Sanitation Project and intends to apply part of the budget toward payments under the contract for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Center RPS Kebeles.
The Water Development Commission (WDC) now invites sealed bids from eligible bidders for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Gizen – Center RPS Kebeles.
Bidders shall furnish documentary evidence that it meets the following requirement(s);
Bidders must have undertaken at least 1(one) Contract successfully completed the implementation of the civil construction, supply & installation of pipes & fittings & supply & installation of electromechanical equipment with a budget of at least ETB 18,421,550.00 (Eighteen Million Four Hundred Twenty-One Thousand Five Hundred Fifty) with a similar size, nature, and complexity during the last 5 (five) years supported with names of clients, type and value of the contract.
Audited financial statements of the firm for the last 5 (five) years to confirm an average annual financial turnover of ETB 22 (twenty-two) million.
Documentary evidence for liquid asset and credit facility of ETB 7 (seven) million.
The intended completion period for the whole of the Works shall be 10 (ten) months from the start date.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the Federal Public Procurement Directive June 2010.
Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. 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 only). The method of payment will be in cash
Bids must be delivered to the address below on or before 16 November 2020 at 2:00 p.m. 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 16 November 2020 at 2:30 p.m.
All bids must be accompanied by Bid Security of ETB 230,000.00 (two hundred thirty thousand) in the form of unconditional Bank Guarantee or CPO.
The address referred to above is:
Water Development Commission, Haile Gebresilasie Avenue, Room Number 114, Addis Ababa, Ethiopia. Attention to: Mr. Jagama Kebeta, Engineering, Procurement Section A/Coordinator, P.O.BOX: 13/1076,
Contract Title: Drilling and Construction of three Deep WaterWells For Daro-LabuCRWASH Multi Village Water SupplyProject.Reference No. ET-WDC-192686-CW-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank for the implementation of the Water Supply, Sanitation & Hygiene program(One WashNational Program phase-II) in the country. The WaterDevelopment Commission (WDC) intends to apply part of the proceeds to cover eligible payments under the contract for construction of Drilling and Construction of three DeepWater Wells For Daro- LabuCRWASH Multi Village WaterSupply Project in Oromia Region, West Hararghe Zone. WDCnow invites sealed bids from eligible bidders for the above-mentioned works.
Bidding will be conducted through the National competitive bidding (NCB) procedures as specified in the World Bank’s”Procurement Regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018″), and is open to all eligible bidders as defined in the Procurement Guideline.
Key Qualification Requirements are Financial Capability: The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as ETB24,000,000.00 for subject contract(s) net of the Bidder’sother commitments. Average Annual Construction Turnover: Minimum average annual construction turnover of ETB 27,600,000.00 calculated as total certified payments received for contracts in progress and/or completed within the last 5 (five)years specific Construction & Contract Management Experience: A minimum of 2(two) similar contracts that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2017 and application submission deadline with a minimum value of ETB19,200,000.00Note: Detail Qualification requirement will be provided in the bidding document.
Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30 AM to 5:00 PMLocal time at the address given below.
A complete set of bidding documents in the English Language may be purchased by interested bidders upon the submission of a written application to and upon payment of a non-refundable fee of ETB 500.00 (five Hundred) or equivalent amount in freely convertible currency.
Bids must be delivered to the address below on or before November 17, 2020 at 14:00 hours (2:00 P.M). Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’designated representatives and anyone who choose to attend at the address below on November 17, 2020, at 14:30hours2:30 PM)
All bids must be accompanied by a Bid Security of ETB250,000.00 (ETB Two Hundred Fifty Thousand) or in freely convertible Currency
The address referred to above is:
Ministry of Water Irrigation and Energy, WaterDevelopment Commission, Haile Gebresilassie Avenue,
Room Number 114.
Attention to: Mr. Nuredin Mohammed, Engineering, Procurement, and Contract Management Directorate,
Invitation to Category For the procurement of INSA Borehole Drilling and Well construction works for NationalCompetitive Biddings (NCB)
Procurement Reference Number NCB FGBCPO 02/2013
The Ministry of Urban Development and Construction Federal Government Buildings Construction Project Office invites the bid for the Construction for procurement of INSA Borehole Drilling, and Well construction works for National Competitive Biddings(NCB) Procedures.
The Ministry of Urban Development and Construction- Federal Government Buildings Construction ProjectOffice invites sealed bids for procurement of INSABorehole Drilling and Well construction works for Category 3 & above water construction /WC/Contractors that have Trade License valid for the current Ethiopian Fiscal Year (2013), VAT registration certificate, TIN Certificate, valid Tax ClearanceCertificate, Registration in the supplier list of PublicProcurement and Property Administration Agency.
Bidding will be conducted in accordance with the OpenBid Tendering Procedures contained in the public procurement proclamation of the Federal Government of Ethiopia.
A complete set of Bidding Documents prepared in English may be purchased by interested eligible bidders from the Ministry of Urban Development & Construction -Federal Government Buildings Construction ProjectOffice, Procurement, and Property ManagementDirectorate, from 8:30, am up to 5:00 pm on working days, and upon payment of a non-refundable fee Br200.00 (TWO Hundred Birr only), starting from the first date of this announcement published on the newspaper for the consecutive 30 days.
Interested eligible bidders may obtain further information and clarification on the bid documents from the Ministry of Urban Development and Construction – FederalGovernment Buildings Construction Project Office, Procurement, and Property Management Directorate. Address – Ethiopia, Addis Ababa, Kirkos Sub-City,(Around National Bank, Next to the New ConstructedDashen Bank Head Office, 5th floor); Tel. +251-118695030 and +251-115-581228 P.O.Box 24134/1000;
Bid proposals comprising One Original and Two Copies of the separately sealed Technical (Qualification) and financial Proposals should be presented to the address mentioned above on the 30 days from the first date of this announcement published in the newspaper at 2:00prn (8:00 Local time) hours as it clearly mentioned on the tender document, and will be open on the same date at 2:30 pm (8:30 Local time) hours. Late bids shall be rejected and will be returned unopened to the Bidder.
The bid must be accompanied by a 75,000.00 (seventy-five thousand birrs only). Bid Security, as specified in the tender documents and separately sealed within the technical document. The Bid Security shall be in the form of Cash, Cheque, Certified Cheque Payable Order(CPO), or Unconditional Bank guarantee.
Bids will be opened in the presence of the Bidders’representatives.
The Ministry of Urban Development and ConstructionFederal Government Buildings Construction ProjectOlfice Procuring Entity/ Employer reserves the right to accept or reject any or all bids.
FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA
MINISTRY OF URBAN DEVELOPMENT AND CONSTRUCTION,
FEDERAL GOVERNMENT BUILDINGS CONSTRUCTION PROJECT OFFICE
Tel:- +251 18 69 5030 or 115-581228, Addis Ababa,Ethiopia
Name of Project: CR-Water Supply and Sanitation Project
Contract Title: Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Dulhode – Center RPS Kebeles found in Kurmuk Woreda that located in Assosa Administrative Zone of the Benshangul Gumuz National Regional State
Reference No.: BG/OWNP/W/01/2020
The Federal Democratic Republic of Ethiopia has budget toward the cost of the CR- Water Supply and Sanitation Project, and intends to apply part of the budget toward payments under the contract for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Dulhode – Center RPS Kebeles.
The Water Development Commission (WDC) now invites sealed bids from eligible bidders for Procurement of Civil Works, Supply and Installation of Pipes and Fittings & Supply and Installation of Electro-Mechanical Equipment for Dulhode – Center RPS Kebeles.
Bidders shall furnish documentary evidence that it meets the following requirement(s);
Bidders must have undertaken at least 1 (one) Contract successfully completed implementation of the civil construction, supply & installation of pipes & fittings & supply & installation of electromechanical equipment with a budget of at least 15,177,836.00 (Fifteen Million One Hundred Seventy-Seven Thousand Eight Hundred Thirty-Six) Birr with a similar size, nature, and complexity during the last 5 (five) years supported with names of clients, type and value of the contract.
Audited financial statements of the firm for the last 5 (five) years to confirm an average annual financial turnover of ETB 23 (twenty-three) million
Documentary evidence for liquid asset and credit facility of ETB 7 (seven) million.
The intended completion period for the whole of the Works shall be 8 (eight) months from the start date. Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the Federal Public Procurement Directive June 2010. Interested eligible bidders may obtain further information from Water Development Commission, and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. 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 only). The method of payment will be in cash.
Bids must be delivered to the address below on or before 13 November 2020 at 2:00 p.m. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 13 November 2020 at 2:30 p.m.
All bids must be accompanied by Bid Security of ETB 190,000.00 (one hundred ninety thousand) in the form of unconditional Bank Guarantee or CPO.
Place of Bid Competitions:Somali Regional State Investment & Diaspora Bureau
Remaining Time for Bid Submission
Invitation to Bid (ITB)
Somali Regional State Bureau of Investment & Diaspora
Procurement Reference No. 001/2013
The Somali Regional State Investment & Diaspora Bureau has Remarked budget for the works construction Fence in jigjiga Small industrial zone.
The Bid Document shall be purchased from Somali Regional State Investment & Diaspora Bureau against payment of Non Refundable sum of birr 300 (Three Hundred) during office hours up a presentation of official Application Letter, Renewed Trade licenses from an appropriate Government body, Tax Payer Registration certificate MOFED /BOFED Registration and VAT registration.
Bids shall be valid for a period of 15 (Fifty Days) bank Guarantee.
Bids shall submit each having one original & two copies
Delivery period within 120 Calendar days starting from date of contract signing.
Bidders should submit their technical & financial officers in wax-sealed envelope to the bureau starting from the date of announced on the Ethiopian Herald for the consecutive 10 days.
Interested eligible bidders can obtain further information at the office of SRS Investment & Diaspora Jig-Jiga Ethiopia. 0915781327 PO Box 237.
The bid sells started 03/02/2013 Up on to 14/02/2013 E.C
The bid will beopened in the presence of bidders & or their official representatives at 4:00 local time.
The Bureau reserves the right to accept or reject the Bid.
Late Bids will be rejected.
Somali Regional State Investment & Diaspora Bureau
HABESHA CEMENT SHARE COMPANY STORAGE SHADE CONSTRUCTION Project:
FOUNDATION CONSTRUCTION AND STEEL STRUCTURE ERECTION,
Habesha Cement Share Company would like to invite eligible firms to construct the raw material storage shade.
Habesha Cement Share Company now invites sealed bids from eligible bidders for furnishing of the necessary material, equipment, and services for the foundation construction and steel structure erection works within a completion period of 180 calendar days.
The contractor must be duly registered by the Ministry of Urban Development and Housing/ Construction with BC/GC 4 and above with a valid license for the year 2019/20
Interested eligible bidders may obtain further information from and inspect the bidding document of the office of Habehsa Cement located at Wollo Sefer (Kasma building 8th floor), from Procurement and Supply Department and/or Civil Engineering Division 8:30 am to 12:30 pm and 1:30 pm to 5:30 pm Monday to Friday during working days.
A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the address stetted and upon payment of a non-refundable fee of ETB 800.00 (Eight Hundred birr only) The method of payment will be in cash or cheque against receipt
The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the PPA Standard Bidding Documents: Procurements of works 2011.
Bids will be delivered to the address below on or before 2:00 PM of the following 14 calendar days starting from the day of invitation to bid posted in the newspaper.
Bids will be opened in the presence of bidders’ representatives who choose to attend at Habesha Cement Share Company on the same day at 2:30. pm
The address referred to above is Habesha Cement Share Company, Addis Ababa,
Ethio- China Friendly Street, Kasma Building, 8th Floor, Tel No:0114163273,0930034298/0904033 975, P.O.Box 3317
Tenders shall be valid for a period of 90 days after bid opening.
Qualification requirements include (1) Experience in related work and other works (2) ownership for the existing lease of relevant equipment and machinery, (3) availability of relevant experienced personnel as provided in the bidding document with other additional detail and justification as stated in SBD.
Habesha Cement Share Company reserves the right to reject all or part of the bid
Ethiopian Center for Development (ECD) is a non for profit organization registered as a Local Organization by the Federal Agency for Civil Society Organizations in Accordance with the Civil Society Organizations Proclamation No 1113/2019
Currently, ECD is implementing a project on Improving Access to Quality Primary Education in Yeka and Kolfe Keraniyo Sub cities of Addis Ababa which is funded by a Swiss-based organization called Pestalozzi Children’s Foundation/ PCF/. As a part of the project, ECD is interested to carry out the following construction activities.
Library /multipurpose hall for Yeman Birhan primary school located in Addis Ababa Kolfe Keraniyo sub-city.
Toilet for Yeka Tafo primary school located in Addis Ababa Yeka sub-city and
Playground /3 in 1/ for Negat Kokeb primary school located in Addis Ababa Yeka Sub-city.
Therefore, Grade 7 and above BC and GC contractors who fulfill the criteria below are invited to participate in the Bid.
1. Eligible contractors expected to submit the following crucial documents to compete on the bid.
Renewed trade License for the year 2013 issued by the ministry of construction for RC/GC Category 7 and above.
Tax clearance certificate
TIN certificate
Registration certificate from responsible public/government agency
VAT registration certificate.
2. Bidders can visit the sites where the construction carried out on the date and at the time specified in the bidding document,
3. Interested bidders may collect a complete set of bidding documents stating from 12/10/2020 GC to 23/10/2020 G.C (Monday – Friday from 8:00 am – 4:00pm) from ECD head office.
4. Bid document must be deposited in the bid box prepared for this purpose on or before: October 23, 2020, at 2:00 PM
5. Bid opening shall be held at the ECD office in the presence of bidders and/ or their representatives who, wish to attend on October 23, 2020, at 2:30 PM
6. Bidders should present their financial and technical documents separately in a sealed envelope for each project.
7. Bidders must furnish bid security for each project as indicated below.
The bid security shall be submitted in the form of a CPO from a recognized bank.
No
Types of construction
Bid security required
1
Multipurpose Hall
30,000.00
2
Toilet
22,000.00
3
Play Field /3 in 1/
28,000.00
8. The contractor must submit a bid document for all three constructions.
9. ECD reserves the right to accept or reject the bid either partially or fully.
10. Interested bidders can get further information from
Ethiopian Center for Development /ECD/ head office
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.
Note: – DBB = Design, Bid and Build; NCB = National Competitive Bidding; and AC = Asphalt Concrete
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 evidences 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 a 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:
4.1. Mekelle – Abiadi Heavy Maintenance Road Project
It.NO
Qualification Criteria
Minimum requirement
Local Bidders
Foreign Bidders
1
Annual Construction turnover for the Last Five Years
ETB 93.0 Million (peak)
232.5 Million (Average)
The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreing firms is ETB 174.4 Million (average)
2
Liquid Asset/Cash Flow Requirement
ETB 29.0 Million
ETB 38.7 Million
3
General Construction Experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of any type of road maintenance or construction/ rehabilitation/ upgrading road project with a value of at least ETB 162.7 Million; OR A Minimum of Two (2) any type of road maintenance or construction/rehabilitation/upgrading road projects each with a value of at least ETB 81.3 Million; In both cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).
A Minimum of Two (2) type of road maintenance or upgrading or rehabilitation or construction projects each with a value of at least ETB 232.5 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed).
Annual Construction turnover for the Last Five Years
ETB 57.5 Million (peak)
143.9Million (Average)
The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 107.9 Million (average)
2
Liquid Asset/Cash Flow Requirement
ETB 17.9 Million
ETB 23.9 Million
3
General Construction Experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any road maintenance or construction/ rehabilitation/upgrading road project with a value of at least ETB 100.7 Million;ORA Minimum of Two (2) any road maintenance or construction/ rehabilitation/upgrading road projects each with a value of at least ETB50.3 Million;In both cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).
A Minimum of Two (2) routine term maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 143.9 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed).
Annual Construction turnover for the Last Five Years
ETB 22.1 Million (peak)
55.3 Million (Average)
The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreing firms is ETB 41.4 Million (average)
2
Liquid Asset/Cash Flow Requirement
ETB 6.9 Million
ETB 9.2 Million
3
General Construction Experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of road maintenance or construction/rehabilitation/upgrading road project with a value of at least ETB 19.3 Million;ORA Minimum of Two (2) any type of road maintenance or construction/ rehabilitation/ upgrading road projects each with a minimum value of ETB 9.6 Million;In both cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).
A Minimum of Two (2) type of road maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 27.6 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed).
Annual Construction turnover for the Last Five Years
ETB 19.4 Million (peak)
48.6 Million (Average)
The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 36.5 Million (average)
2
Liquid Asset/Cash Flow Requirement
ETB 6.0 Million
ETB 8.1 Million
3
General Construction Experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any road maintenance or construction/ rehabilitation/upgrading road project with a value of at least ETB 34.0 Million;ORA Minimum of Two (2) any road maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 17.0 Million;In both cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).
A Minimum of Two (2) routine term maintenance or construction/ rehabilitation/upgrading road projects each with a value of at least ETB 48.6 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed).
Annual Construction turnover for the Last Five Years
ETB 41.4 Million (peak)
103.5 Million (Average)
The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 77.6 Million (average)
2
Liquid Asset/Cash Flow Requirement
ETB 12.9 Million
ETB 17.2 Million
3
General Construction Experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) Routine maintenance or construction /rehabilitation/ upgrading road project with a value of at least ETB 72.4 Million;orA Minimum of Two (2) Routine maintenance or construction /rehabilitation/ upgrading road projects each with a minimum value of ETB 36.2 Million;In both cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).
A Minimum of Two (2) Periodic maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 103.5 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed).
5
Grade
RC-4 or GC 4 and above
4.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 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.
5.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 p.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.A complete set of bidding documents prepared in 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 October 15, 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 B, Engineering Procurement Directorate, 1st Floor, Office No. 102, Tel: +251-11-833 29 81/ 515-30-15.
6. Bidders can apply for one or for all or for any number of projects from the above listed projects under the package 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 economical advantage.
7. 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 other outer envelope.
8. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
9. 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.
10. 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.
11. 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.
12. Bids must be delivered to the address below on or before November 26, 2020 at 2:30 P.M.
Director Heneral
New Building ,Block B, 2nd Floor Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay Street
P.O.Box 1770
Addis Ababa, Ethiopia
Tel.+251 11 551 71 70/79
Fax: +251 11 55148 66
13. The Ethiopian Roads Authority Reserves the right to accept or reject any or all bids.