Submission Date:On or before November 26, 2020 at 2:30 P.M
Competition place:Addis Ababa
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.
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 9.2Million
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.
Addis Ababa City Electric Utility invites sealed bids from eligible bidders by this National Competitive Bidding (NCB) for the procurement of the Construction of Ware House and Watch Tower and Construction of Parking area, Access Road (Asphalt), and Green Area in the Addis Ababa Region Compound in the open bidding procedure.
Sr. N
Description of goods
LOT
Bid Security ETB
Bid Closing date & time
Bid Opening date & time
1
Construction of Ware House and Watch Tower
1
ЕТВ. 58,000.00
October 26, 2020,2:00PM
October 26, 2020,2:30PM
2
Construction of Parking area, Access Road (Asphalt), and Green Area
2
ETB. 84,200.00
October 26, 2020,2:00PM
October 26, 2020,2:30PM
The Addis Ababa City Electric utility invites sealed bids from eligible Bidders who have for Lot-1 BC-5 and Above, for Lot-2 GC-5 or RC-5 and Above Construction Licenses valid for the current Ethiopian Fiscal Year, (EFY, 2012), Trade License valid for the current Ethiopian Fiscal Year (EFY, 2012), VAT Registration Certificate, TIN Certificate, valid Tax Clearance Certificate and with Registration in the Suppliers List of Public Procurement and Property Administration Agency (PPA), For the Construction of Ware House and Watch Tower at Addis Ababa City Electric Utility by providing all necessary Materials, Equipment and Labor which is proposed to be built in Ethiopia whereas, Addis Ababa, Yeka Sub-City, (in front of Dinberua Hospital)
Bidding will be conducted in accordance with the OPEN Bid Tendering Procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia. Bidders who participate must have a similar experience to the proposed Works.
Interested eligible bidders may obtain further information and clarification from Addis Ababa City Electric Utility (AACEU) and inspect the bidding documents at the address given below.
Addis Ababa City Electric Utility (AACEU), Procurement, Logistics, Warehousing & Facility Office
4. A complete set of bidding documents may be purchased by any interested eligible bidders at the address above and upon payment of a non-refundable fee of against payment receipt of for each Lot ETB. 400.00 (Four hundred).
5. Bids must be delivered on or before the closing date and time to the above-mentioned address. All bids must be accompanied by a bid security in the form of (CPO or Unconditional Bank Guarantee) as mentioned above. Late bids shall be rejected and will be returned unopened to the Bidder.
6. The Bid is Single Stage Single envelope system; Technical offer, Bid Security, and Financial will be opened in the presence of the bidders or bidders representatives’ who choose to attend at the address on the above-mentioned date and time.
7. Addis Ababa City Electric Utility (AACEU) reserves the right to reject all or partial bid without assigning any reason thereof.
Bidders are instructed to fill, sign all the forms of the bid document. All Bids must include value-added tax (VAT) on the summary of the bid price.
Partial rebate like fixed sum and rebate on some items is not acceptable
Submission Date:On or before 26 October 2020, 10am
Competition place:Addis Ababa,
Call for Engineering Services Building Finishing works
Marie Stopes believes that every woman and girl should be able to have children by choice, not chance. In Ethiopia and around the world, we work every day to provide family planning and reproductive health services to millions of low-income and under-served women and men. For the last 27 years, we have been working closely with the Government of Ethiopia and other partners to help reduce maternal mortality rates by increasing access to quality sexual and reproductive health (SRH) services.
With aim of expanding choices for women and couples, we provide SRH services through a network of centers, which includes 17 SRH and 4 maternal and child health clinics, more than 350 socially franchised private Blue Star clinics, and 9 outreach teams. We also support 38 public health facilities to strengthen the existing family planning and comprehensive abortion care services.
Our service delivery channels are designed to reach women and couples most in need with comprehensive, safe and affordable SRH services; operating in all regions except Somali , Benishangul Gumuz and Harari. Our work also contributes to the Government of Ethiopia’s Health Sector Transformation Plan (HSTP) aim of halving maternal and child mortality by 2020 through building sustainable platforms to bring lasting impact on the health status of Ethiopians.
Marie Stopes Ethiopia (MSE) would like to invite interested and potential contractors having grade GC/BC-5 and above (i.e. GC/BC;5,4,3,2 and 1) for maintenance and modification works of government hospitals located in Oromia region (Kuyu hospital, Dodolla hospital, Adama hospital, and Gedo hospital).
Therefore, for the above-mentioned maintenance and modification works, MSE would like to hire a qualified construction firm. Interested, qualified and eligible bidders are invited to buy bidding documents paying a non-refundable administrative charge of 100 birr from the Marie Stopes Ethiopia support office located at Wello sefer, Ethio- China road in front of Tebaber Berta Building, from the reception desk during working hours starting from the date of first announcement.
Bidders are required to submit 50,000 birrs as a bid bond in the form of cash payment order (CPO) or bank guarantee before bid opening date and time. Bidding documents must be signed, and bidders are also required to submit company profile, renewed business license, tax identification and value added tax registration certificates.
Bidders must submit separate financial and technical proposals into the box ready for the bid on or before 26 October 2020, 10am to the following address
Procurement Division
Addis Ababa, Ethiopia
P.O. Box 5775
Telephone no. 0115509251, 0115509307 or 0115152157
Addis Ababa
Bids will be opened on 26 October 2020 at 10.30am in the presence of bidders or their legal representatives at Marie Stopes Ethiopia meeting hall
Marie Stopes Ethiopia reserves the right to accept or reject any or all bids.
MSE is not bound to accept the lowest offer or any offer.
Submission Date:at or before23 October 2020 10:00hr local time
Competition place:Addis Ababa
Good Neighbors Ethiopia
Invitation for Bids (IFB)
Procurement Number: 01/GNETH/2020
TENDER FOR THE CONSTRUCTION OF SCHOOL BLOCKS, STAFF BLOCK, AND TOILET.
Good Neighbors, Ethiopia has allocated funds for the procurement of works – Tender for the Construction of a School Blocks and ventilation improved latrine at Guri Debula Primary School located at Iteya City Oromia Region and now invites sealed bids from eligible bidders for the works.
Bidding is open to all Grade Six (6) and above contractors who can demonstrate adequate capacity and experience in similar works.
A complete set of Bidding Documents in English may be purchased by interested bidders Starting from October 12, 2020, on the address below (address 1) and upon payment of a non-refundable fee ETB 400 from Good Neighbors Ethiopia HeadOffice. The method of payment shall be in cash.
All bids must be accompanied by:
a) A Signed Bid Form,
b) Registration/Trade Certificate (Legal Status),
c) Tax Clearance/VAT certificate
d) Written Power of Attorney
e) Priced Bills of Quantities (B.O. Qs).
f) Curriculum Vitae (CVS) of Technical staff,
g) Proof of having performed similar works in the previous 3-5years,
h) Proof of registration as a Contractor.
i) List of Equipment’s to be used
Bids must be delivered to the address below (address 2) at or before23 October 2020 10:00hr local time. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person. Bids will be opened at (Address 2) on 23 October 2020 at 10:00hr local time. All bids must be accompanied by a Bid Security/CPO2% of the total bid amount. Good Neighbors, Ethiopia has the right to accept or reject all or any parts of the bid at any time.
Address 1 Good Neighbors Ethiopia
Sarbet, Lideta Sub-city,
Addis Ababa
Phone: +251-118-96-23-89/88 Iteya City, Hetosa Wereda, Oromia Region.
Submission Date:October 23, 2020 on or before 10:00 AM (Modified)
Competition place:Addia ababa
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING (NCB)
Procurement Reference Number AB 14/2020/21
Awash Bank S.C invites sealed bids from eligible bidders of Contractors of Category GC/BC 5 and above for maintenance and modification works of the Shashemene branch acquired the building, which is located in Shashamane town.
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 the Procurement Division of Awash Bank S.c located at Awash Towers 10th floor room No 10-03 upon producing receipt of a non-refundable fee of Birr 200.00 /TWO Hundred/ by depositing in Account Number 015 400005 44500, at AWASH BANK ANY BRANCH, during office hours (Monday to Friday 8:00AM12:00PM; 1:00 PM-4:30 PM and Saturday 8:00AM12:00PM) starting from September 22, 2020, upon Presentation of copy renewed Trade license, Certificate of registration, Tax Clearance certification, 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) in the form of a Cashier’s payment order CPO or unconditional and irrevocable Bank Guarantee letter from local Banks and must be addressed to “AWASH INTERNATIONAL BANK S.C” in a separate envelope. Failure to fulfill acceptable bid security will be cause for disqualification.
The bid documents must be deposited in the bid box prepared for this purpose on or before October 13, 2020, at 10:00 AM in the above-mentioned address.
Bid opening shall be held at the office of Director Shared Services Awash Tower 10th floor in the presence of bidders and/or their representatives, who wish to attend on October 13, 2020, at 10:30 AM
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84 & Construction Project Management Division Tel. 0115303010
Failure to comply with any of the conditions from items 2 to 5 above shall result in an automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully.
Submission Date:on or before 20th, of October 2020 at 2:00 PM
Competition place:Dire Dawa
INVITATION TO BID
FOR CONSTRUCTION OF FACILITIES
AT ERER WOREDA-SOMALI REGION
The Development Fund of Norway (DF) is a Norwegian-based NGO with the vision: A sustainable and just world without hunger and poverty. DF is working to promote a fairer distribution of the world’s resources by supporting sustainable development and local participation aimed at reducing poverty and at safeguarding the environment. In Ethiopia, the DF has supported rural development and natural resource management projects with local partners since 1982.
In the framework of constructing school latrine and water work structures at sit zone,erer woreda in the Somali region, DF invites tenders from (WC & GC) Construction Companies for the construction works mentioned below.
Construction/Rehabilitation of irrigation of 1000 meter Grasley, Garaman and Billa kebele Erer woreda
Construction of Diversion weir from the stream Garasley Kebele – Erer woreda
Construct/rehabilitate 5 school latrines for Bila, kandaras Sideta, and Erer schools (Separated by sex)Erer woreda.
Tenders duly filled must be accompanied by:
Renewed business license for the year
VAT registration certificate / Tax Identification Number (TIN) registration certificate
Company profile showing past performance records on similar works and other relevant credentials.
Latest Bank statement new
Bids must be put in a wax-sealed envelope, clearly marked by “bidders name, address, legal Stamp and name of the project site and their address” and submit their technical and financial document in one (1) original and One (1) copy for both, (different envelopes).
Remark: It is the Bidders responsibility to submit their bid document to the submittal place as per the invitation notice. If you would like to collect hard copies and Soft copy of the tender document, it is recommended to collect it from Monday to Friday, during working hours (EAT) as soon as possible from 12.20 October 2020 from the following address:
DF Dire Dawa office
Next to GTZ mosques
Behind 7th road,
Mobile 0915148622
Dire Dawa, Ethiopia
Completed tender documents are due to be submitted on or before 20th, of October 2020 at 2:00 PM to DF Dire Dawa office. Bids will be opened on October 21″ 2020 at 9:30 AM at DF Office, Dire Dawa (only)in the presence of bidders or bidder’s representatives who wish to attend.
Qualified Consultants will be considered based on their responsiveness to the requirements, technical, and financial evaluation results. Finally, the winner will be notified through the firm address
DF reserves the right to accept or reject all or parts of the bids.
Submission Date:on November 6, 2020, before 2:00 p.m
Competition place:Addis Ababa
Invitation to Bids
(National Competitive bidding)
ITB No. OT/09/2020-21
1. Oromia International Bank S.C has allocated a budget towards the cost of procurement of goods, services, and works, and it is intended that part of the proceeds of this budget will be applied to eligible payments under the contract for which this invitation for bids is issued.
2. Now, the Bank invites the sealed bids from eligible Contractors for the following construction work at Gelan Town:
Description
License required
Lot I
Construction of foundation for a store of 1500m2 area
Contractors of Grade 4 and above
Lot I I
Supply and erection of pre-engineered storage building
Relevant license
3. Interested bidders may collect a complete set of bidding document by presenting a valid license and non-refundable payment of birr 200.00 for each lot from:
Procurement and Facility Management Department,
The Bank’s Head Office Building, 9th floor, Room No.903, On the Bole Road, adjacent to Getu Commercial Center
Tel No. 0115183880/0115572098
Fax No. 0115572091
Addis Ababa, Ethiopia
4. Bids must be delivered to the above office on November 6, 2020, before 2:00 p.m.
5. Bids will be opened in the presence of bidders’ representatives, who choose to attend, on the day indicated above at 2:30 p.m.
6. Oromia International Bank S.C reserves the right to accept or reject any or all bids.
Submission Date:on or before October 27, 2020, up to 5:00 PM
Competition place:Addis Ababa
DASHEN BANK S.C
National Competitive Bid (NCB)
Procurement Reference Number: DB/015/0T/2020/21
Dashen Bank (hereafter referred to as “The Bank”)invites sealed bids from interested, experienced, and qualified Above Grades III Contractor’s to come up with their solution for mentioned below.
S.N
Project Description
1
supply, installation, and commissioning of CO2 Extraction System including with all electrical, mechanical & civil works
2. Interested and eligible bidders are invited to purchase and download the bidding document via https://bids.extratenders.com/bids-shop/dashen-banksc/ to access the bidding document by having paidNon-refundable Fee ETB 110.00 (One HundredTen Birr Only) starting from October 12, 2020, up to October 27, 2020.
3. Copy of renewed Trade License, VAT registration certificate, and TIN Certificate are required while submitting the bid document.
4. The bidders should review the site; take the measurement for the given scope of work prior to proposing a right-fit solution and submission of a bid.
5. Birr 10,000.00 (Ten Thousand Only) shall be presented as bid security in the form of unconditional& irrevocable Bank Guarantee or cashier’s payment order (CPO) or) at least valid for 120 days upon submission of the offer. At the same time, the bid validity shall be 90 days.
6. The Bank will facilitate site visits to the intended place at HQ-building and related facilities for the bidders on October 20, 2020. Thus, bidders can request for visit schedule up to October 19, 2020.
7. The sealed bid document shall be placed in the box prepared for this purpose on or before October 27, 2020, up to 5:00 PM in at Supply Chain ManagementDepartment, Dashen Bank New Head QuarterBuilding 14th floor in front of the National Bank of Ethiopia.
8. Bid opening shall be conducted without physical attendance of bidder(s) or legal representative(s)due to the current pandemic COVID-19. TheProcurement Committee of the Bank shall open the bid transparently at the avenue of Dashen Bank,14th floor Supply Chain Management Department, meeting hall at October 28, 2020, 9:30 AM Morning.
9. The Bank reserves the right to accept or reject the bid either partially or fully.
10.For any information you may contact the Supply ChainManagement Department office line. +25111 5180356 Ext.4107/3154 or via Corporate Email Address:asnake.chemeda@dashenbanksc.com.
Published on: Addis Zemen ( Oct 8, 2020 ) /Place of Bid Competitions:Adama
Remaining Time for Bid Submission
Invitation for Bids (IFB),
National Competitive Bidding (NCB)
Urban Local Government Development Project:
Project:- Civil Works, Adama City Administration
1. Construction of gabion, check dam and culvert in goro kebele
2. Construction of gabion and culvert in Dedeche Arara and melka adama kebele Bid Procurement No 1. Adama/UIIDP/CW/GB32/20/21
2. Adama/UIIDP/CW/GB33/20/21
Adama City Administration would like to invite eligible firms to construct the above mentioned projects in two independent lots.
The Adama City Administration now invites sealed bids from eligible bidders for furnishing of the necessary material, equipment and services for the 1. Construction of gabion, check dam and culvert in goro kebele & Construction of gabion and culvert in Dedeche Arara and melka Adama kebele
Contractor must be duly registered by the Ministry of Urban Development and Housing/Construction or Regional appropriate body under Category of GC-5/RC-5 & above– with valid license for the year
Interested eligible bidders may obtain further information from and inspect the bidding document of the office of Adama City Administration, from the Department of infrastructure in front of ODA School Adama City Administration P.O.Box 34 from 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 Sr, No 4 and upon payment of a nonrefundable fee of ETB 500. 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 on following 30 Calendar days starting from the day of invitation to bid posted on newspaper and must be accompanied by asecurity of 150,000 ETB in the form of an unconditional guarantee, issued by a bank or CPO.
Bids will be opened in the presence of bidders’ representatives who choose to attend at Adama City Administration on the same day at 2:30. pm.
The address referred to above is: Adama City Administration, Oromia National regional Government Tel No: 0221111583, Fax No: 0221114869
Tenders shall be valid for a period of 120 days after bid opening
Qualification requirement include;(IExperience in related work and other works (2) ownership lor 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
13. The Adama City administration reserves the right to reject all or part of the bid
Published on: Addis Zemen ( Oct 8, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO RE-BID
NATIONAL COMPETITIVE BIDDING (NCB)
Procurement Reference Number RE-AB 16/2020/21
Awash Bank invites sealed bids from eligible Contractors who can provide renewed trade license for the year 2012 issued by the ministry of construction for RC/GC Category 5 and above for supplying the necessary materials, labor, and equipment for Warehouse maintenance and construction of compound Road works (Asphalt concrete).
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 the Procurement Division of Awash Bank located at Awash Towers 10th floor room No 10-03 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 8:00 AM-12:00 PM) starting from October 05, 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) in the form of Unconditional & Irrevocable Bank Guarantee from other Banks or Cashier’s Payment Order (C.P.O) from any local Bank and valid for 118 days from the last date of bid submission
Bid document must be deposited in the bid box prepared for this purpose on or before: October 23, 2020, at 10:00 AM
Bid opening shall be held at the office of Shared Services Directorate Awash Tower 10 floor in the presence of bidders and/or their representatives who, wish to attend on October 23, 2020, at 10:30 AM
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 5 above shall entail automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully.
Published on: Ethiopian Herald ( Oct 8, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO BID
To all contractor of BC-2/GC-3 and above with renewed trade licenses valid for fiscal year 2020G.C
Oromia Transport Authority has secured a budget for procurement work for Construction of Integrated Bus Terminal at Bule-Hora and Waliso.
The bidder can purchase and participate only in one lot.
The bidder shall submit one envelope wax sealed biddings documents which enclose one big sealed envelope of original technical document and two copies that shall be produced in different wax sealed envelope and labeled as “original” copy 1 & copy 2 ‘and financial document also enclose one big wax sealed envelope and original financial document and two copies this shall be produced in different wax sealed envelope and labeled as “ original “copy 1 & copy 2”. The bid security must be kept in the original technical requirement.
A complete set of bidding documents in English may purchased by the interest bidder on submission of written application, vat registration certificate, renewed registration certificate renewed trade redistribution certificate renewed trade licenses tax payers registration certificate and tax clearance from oromia or federal revenue authority to the address given below and upon payment of a non-refundable fee of 500 (five hundred ) ETB only in cash starting from the first date notice released on newspapers during office hours through Monday to Friday.
Bid must be submitted on or before 10:00 AM 30 calendars days beginning from the first date of bid advertising on the newspapers. The bid (original technical requirement will be opened on the same day at 4: 30 in the presence of the bidder legal representative who choose to attend. late bids shall be rejected. All bids must be accompanied by a Bid security 500,000.00 ETB which will be payable on the first demand to client security in acceptable form CPO or unconditional bank guarantee and the bid security must address the employer.
Interested eligible bidders may obtain further information from the address given below. Address for further information ,bidding document purchase, bid submission and opening will be; Finfinne , Sarbet Oromia sectoral Office building , Oromia Transport Authority, Finance Directorate 5th floor. Office telephone :- +251 011 369 0301
Oromia Transport Authority (OTA) has due right to accept or reject any /all bid before the bid awarded
Published on: Addis Zemen ( Oct 8, 2020 ) /Place of Bid Competitions:Bahirdar
Remaining Time for Bid Submission
INVITATION FOR BIDS
Amhara Road Works Enterprise
Reference No. ARWE /16/13
Amhara Road Works Enterprise (ARWE) entered in to a contract agreement with the Ethiopian Roads Authority (ERA), for the Construction of Dembecha-Feres BetAdet Road Project, Contract I: Dembecha – Sekela and Link Road to Bibugn Wereda Road Project
Hence, the Amhara Road Works Enterprise now invites eligible bidders submit sealed bids for providing the necessary labour, material and equipment for construction works of Consultant Camp at Contract I: Dembecha – Sekela and Link Road to Bibugn Wereda Road Project.
Interested bidders shall submit the following evidence;
i) Certificate of Registration from relevant authority.
ii) Trading License renewed for 2012/2013 EFY; and
iii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;
iv) VAT Registration Certificate; and
v) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).
3. Bidders should submit the required firm experience, key personnel’s and machineries attaching with their technical proposal document.
4. Bidding will be conducted through National Competitive Bidding (NCB) and procedures as specified above and is open to all eligible bidders as specified and defined in the 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 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday and from 8:30 a.m. to 12:00 a.m. local time on Saturday.
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 300 (Three Hundred Birr). The method of payment shall be in cash.
6. 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 one other outer envelope.
7. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
8. Bidder must be accompanied by a bid security amount of ETB 150,000/ One Hundred Fifty Thousand Birr) for this Construction in a format of Unconditional Bank Guarantee or CPO. Late bids will be rejected.
9. Bids must be delivered to the address below on or before 20 calendar days from the first date of advertisement at 2:30 PM The qualification information and the bid security will be publicly opened the same day (20 calendar days from the first date of advertisement) and same place at 3:00 PM at the company Head office in the presence of the bidders of their legal representatives who wish to attend.
10. Inspection and acquisition of the Tendering documents and further information can be obtained from our office
11. The Amhara Road Works Enterprise reserves the right to accept or reject all or part of the bid.
Published on: Addis Zemen ( Oct 8, 2020 ) /Place of Bid Competitions:Adama
Remaining Time for Bid Submission
Invitation for Bids (IFB),
National Competitive Bidding (NCB)
Urban Local Government Development Project:
Project:- Civil Works, Adama City Administration asphalt Maintenance
Bid Procurement No Adama /Mu/Maint/ASP/2/20/21
Adama City Administration would like to invite eligible firms to construct Asphalt Maintenance works.
The Adama City Administration now invites sealed bids from eligible bidders for furnishing of the necessary material, equipment and services for the Asphalt Maintenance.
Contractor must be duly registered by the Ministry of Urban Development and Housing/Construction or Regional appropriate body under Category of GC-3/RC-3 & above—- with valid license for the year
Interested eligible bidders may obtain further information from and inspect the bidding document of the office of Adama City Administration, from the Department of infrastructure in front of ODA School Adama City Administration P.O.Box 34 from 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 Sr, No 4 and upon payment of a nonrefundable fee of ETB 500. 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 on following 30 Calendar days starting from the day of invitation to bid posted on newspaper and must be accompanied by a security of 100,000 ETB in the form of an unconditional guarantee, issued by a bank or CPO.
Bids will be opened in the presence of bidders’ representatives who choose to attend at Adama City Administration on the same day at 2:30. pm.
The address referred to above is: Adama City Administration, Oromia National regional Government Tel No: 0221111583, Fax No: 0221114869
Tenders shall be valid for a period of 120 days after bid opening
Qualification requirement include; (1)Experience in related work and other works (2) ownership/ or 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
The Adama City administration reserves the right to reject all or part of the bid