Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Hawassa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
SNNPRS-Ethiopia Drought Resilience and Sustainable Livelihood Program (DRSLP-II)
IFB Title -Construction and Completion of Standard Primary Livestock Market Center NATIONAL COMPETITIVE BIDDING (NCB) IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/01/2020.
The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received a Loan from African Development Bank (AfDB) toward the cost of Livestock Market Infrastructures and it intends to apply part of funds to cover eligible payments under the contract for the Construction of Luqa Standard Primary Livestock Market Center Project at Bena Tsemay Woreda of South Omo Zone in the Region.
SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/GC-6 or BC-5 General Contractors Grade Six or Building Contractors Grade-5 and above for Construction of Livestock Market Center Project asstated below in the table.
S/N
Zone
Woreda
Kebele/village
Contractors Grade
Required
Remark
1
South
Omo
Bena Tsemay
Luqa
GC-6/BC-5 &
above
Completing the remaining work of the
terminated contract
3. Bidders are strongly advised to visit the project construction site before submitting their proposals.
4. Bidders who have one or more contracts in the region whose physical progress is below 80% are not eligible to participate in the bid.
5. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.
7. Bid must be accompanied by bid security of ETB 60,000.00 (Sixty Thousand Birr) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain Valid for 120 (One Hundred Twenty) days.
8. A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Birr) or in other equivalent and freely convertible currency.
9. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 local time) on 30 September-2020 GC afternoon and must be accompanied by a bid security Stated above in ETB or in other equivalent and freely convertible currency.
10. Electronic bidding will not be permitted. Late bids will be rejected.
11. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 local time) on the same date of closing at SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City
12, The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserves the right to reject all or part of the bid.
Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Hawassa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
SNNPRS-Ethiopia
Drought Resilience and Sustainable Livelihood Program (DRSLP-II)
IFB Title -Construction of Bani Community Water Supply Project NATIONAL COMPETITIVE BIDDING (NCB) IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/21/2019.
1. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received Loan from African Development Bank (AfDB) toward the cost of Multipurpose Water Supply Infrastructure Development and it intends to apply part of funds to cover eligible payments under the contract for Construction of Bani Community Multipurpose Water Supply Project at Meinit Goldia Woreda of West Omo Zone in the Region.
2. SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/ GC with WWC-4 or WWC-4/Water Works Construction Grade Four and above for the Construction of Water Supply Project as stated below in the table.
S/N
Zone
Woreda
Kebele/village
Contractors Grade
Required
1
West Omo
Meinit Goldia
Bani
GC with WWC-4 or
WWC-4 & above
3. Bidders are strongly advised to visit the project construction site before submitting their proposals.
4. Bidders who have one or more contracts with our bureau or in the region whose physical progress is below 80% are not eligible to participate in the bid.
5. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Works.
7. The bid must be accompanied by a bid security of ETB 100,000.00 (One Hundred Thousand Birr) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain valid for 120 (One Hundred Twenty) days.
8. A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Birr) or in other equivalent and freely convertible currency.
9. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 Local Time) on 05-Oct-2020 GC afternoon and must be accompanied by bid security Stated above in ETB or in other equivalent and freely convertible currency.
10. Electronic bidding will not be permitted. Late bids will be rejected.
11. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 Local Time) on the same date of closing at the SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City.
12. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserve the right to reject all or part of the bid. Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Published on: Addis Zemen ( Aug 31, 2020 ) /Place of Bid Competitions:Gondar
Remaining Time for Bid Submission
Invitation to National Competitive Bid for Construction of standard B+G+1 Shop building at Azezo
Floating Date: As of September 04, 2020
Closing Date: September 25, 2020, 2:00PM
Opening date: September 25, 2020, 2:30 PM
Ethio Telecom NNWR-Gondar invites all interested eligible Bidders by this National Competitive Bid (NCB) for the procurement of standard B+G+1 Shop building Construction at Azezo
Standard B+G+1 Shop
Site Work
Septic Tank
Fence Work
G+1 Guard house (RFQ 4033162)
Interested eligible bidders may obtain further information from Ethio telecom website and inspect the bidding document upon payment of a non-refundable fee of Birr 100.00 (Birr one hundred only) in person from NNWR Regional Office, 4th Floor, during Office hours (Monday to Friday) (Gondar).
1. Sealed bids marked as: “Construction of Azezo standard B+G+1 Shop building” (RFQ 4033162)” and be addressed to:
Ethio Telecom,
NNWR Regional Office,
Gondar
Sourcing and Supply Section 4th floor
2. Bid proposal will be received at Gondar, NNWR Regional Office 4th floor before or on September 25, 2020 until 2:00 P.M. Bids presented by any bidder after the closing date shall not be accepted.
3. Bids received in time and fulfilling the other formalities shall be opened in the presence of interested bidders or their legal representatives at 2:30 P.M on September, 2020 at Gondar, NNWR Regional Office 4th floor.
4. Ethio telecom reserves the right to reject any time all or parts of this bid.
5. Bidders are seriously advised to read and comply with the instructions provided in this bidding document.
Published on: Ethiopian Herald ( Aug 28, 2020 ) /Place of Bid Competitions:Shashemane
Remaining Time for Bid Submission
INVITATION FOR BID
West Arsi Zone Water & Energy Resource Development Office has secured a budget for construction of Four (4) Water Supply Projects in different Woredas of West Arsi Zone.
West Arsi Zone Water and Energy Resource Development Office has secured budget from Oromia National Regional State to cover eligible payment under the contract for the construction of Civil Works, Supply, Transportation & Installation of Pipe, Fittings & Electro Mechanical of Lot-1 Hase Alke in Koffele District, Lot-2. Harago Lemano and surroundings in Nagelle Arsi District, Lot-3 Sinkile Guri in Shalla District and Lot-4 Hako-Gededo in Adaba District,all water source is from Bore-hole.
Lot-1 Water Supply Projects are open to all eligible bidders having a construction license of WWGC-5 & above and Lot-2, Lot-3 and Lot-4 Water Supply Project is open to all eligible bidders having a construction license of WWGC-4 and above renew for 2012 E.C and those currently registered with le Ministry of Construction and Urban Development, Oromia Construction Bureau, Ministry of Water, Irrigation & Electric, registration for VAT and Tax Identification number (TIN) together with written application.
West Arsi Zone Water and Energy Resource Development Office, acting as executing agency for the Projects invites Wax-sealed bids from eligible bidders for the construction of Civil Works, Supply, Transportation & Installation of Pipe, Fittings & Electro Mechanical.
Bid document purchased from Zonal Revenue office of West Arsi Zone, Shashemane, ETHIOPIA (P.O.Box 951, Tel. 251-46-110-3474/5760 Fax 251-46-1100670, for a non-refundable fee of Ethiopian Birr Three Hundred only at working hours, Commencing before August 27, 2020 GC to September 28 2020 GC. The method of payment will be in cash.
Bid shall be valid for a period of ninety (90) days after Bid opening and must be accompanied by Bid security of not less than (1%) of Contract price in the form of Bank Guarantee, CPO shall be delivered to West Arsi Zone Water and Energy Resource Development Office, the bid will be closed September 28, 2020 GC. at 10:00 AM (Morning at 4:00 Local time). and will be opened on the same day at 10:30 AM( Morning at 4:30 Local time) in the presence of the bidders or legible representative who wish to attend at the West Arsi Zone Finance and Economic Cooperation Office. Late bids shall be automatically rejected.
West Arsi Zone Water and Energy Resource Development Offices reserve full right to reject bidders with poor past work performance against their schedule project completion time, with poor work quality record and also reject those contractors currently having more than one project within the Zone, with physical progress of less than 75% and bidders listed under Black List by Oromia Water and Energy Resource Development Bureau.
Submission of Supportive documents for good reputation /past work performance/, from previous employers, is very helpful.
More than two Lot would not be awarded to a single contractor.
Completion time for the construction of work shall be One Hundred Eighty (180) calendar days for Lot-1 and Two Hundred Forty (240) calendar day for Lot-2, Lot3 & Lot-4
For further details, Zonal Water and Energy Resource Development Office may be contacted through their respective address, attach here with.
All eligible Bidders will be obliged to submit wax sealed envelopes, one original and two copies for both Technical & Financial documents and should be signed, stamped & wax sealed in separate envelops labeled as original, copy-1 & copy-2 and then sealing with Sam for each envelope separately as Technical & Financial and then summit in one large envelope and should be sealed separately Lot by Lot.
West Arsi Zone Water and Energy Resource Development Office Reserves the right to reject the bid.
Address: Tel. 251-46-110-1336/1576,
Fax 251 – 461 10 1576
(WAZWERDO), Shashemane
West Arsi Zone Water and Energy Resource Development Office
Published on: Ethiopian Herald ( Aug 22, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
NOTICE OF INVITATION FOR BIDS
The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply pan of this budget to payments under these projects.
Package I(I) Maintenance project
Item no
Project name
Estimated length(km)
Payment type
Project duration
Contract delivery
Procurement Type
1
Bure- Gambella-Jikawo (Bonga- Gambella- Jikawo) Heavy maintenance Road Project under Jimma Road network and safety management Branch directorate
154.0
AC
2.0 years
DBB
NCB
2
Dessie Wadja Routine Term maintenance road project under combolcha Road network and safety management Branch Directorate (Re bid)
187
AC
2.0 years
DBB
NCB
3
shekussien –Mcheta contract 2: km 60+000- mecheta periodic road project under Shashemene Road Network and safety management branch directorate
60.0
Gravel
2.0 years
DBB
NCB
4
metu –gore –Bure (Metu-Gore-Bonga)Heavy maintenance Road project under Jimma Road Network and safety management Branch Directorate
141
AC
2.0 years
DBB
NCB
Note: – AC = Asphalt Concrete, NCB National Competitive Bidding
2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above road projects.
3. Interested bidders shall submit the following evidence:
a In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary 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;
i) 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 deadline for bid submission if the foreign bidder already has on going or completed project in the Country; Ethiopia.
4. Bidding will be conducted through an International Competitive Bidding (ICB) and procedures as specified on the tables ‘above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:
Qualification and Evaluation Criteria of Road Projects
4.1. Bure- Gambella-Jikawo (Bonga- Gambella- Jikawo) Heavy maintenance Road Project under Jimma Road network and safety management Branch directorate
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 75 Million (Peak)
ETB 189 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 141 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 23 Million
ETB 31 Million
3
General Construction
2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 132 Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 66 Million;In all 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) heavy road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 189 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC- 3or Gc-3
4.2. Dessie Wadja Routine Term maintenance road project under combolcha Road network and safety management Branch Directorate (Re bid)
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 81 Million (Peak)
ETB 203 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 152 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 25 Million
ETB 33 Million
3
General Construction
2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 142 Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 71 Million;In all 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) heavy road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 203 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC- 3or Gc-3
4.3. shekussien –Mcheta contract 2: km 60+000- mecheta periodic road project under Shashemene Road Network and safety management branch directorate
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 16 Million (Peak)
ETB 41 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 31 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 5 Million
ETB 6 Million
3
General Construction
2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 29 Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 14 Million;In all 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) heavy road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 41 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC- 5or Gc-6
4.4 metu –gore –Bure (Metu-Gore-Bonga)Heavy maintenance Road project under Jimma Road Network and safety management Branch Directorate
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 82 Million (Peak)
ETB 206 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 155 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 25 Million
ETB 34 Million
3
General Construction
2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 144 Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 72 Million;In all 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) heavy road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 206 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC- 3 or Gc-3
5. If a bidder is awarded and /or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects 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 criteria is stated in the respective bidding documents
6. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 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 I :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 August 24, 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, Engineering Procurement Directorate, 1ST Floor, Office No. 108, Tel: +251-11-833 29 81/515-30-15.
7. Bidders can apply for one or for all or for any number of projects from the above listed projects under this package (Package I) 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.
8. Bidders shall submit their Bids in two envelopes.. the first .envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two” envelopes sealed in on other outer envelope.
9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
10. Bids must be delivered to the address, time and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
11. The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the exchange rate prevailing on the last date of the respective fiscal year.
12. For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
13. Bids must be delivered to the address below on or before September 24, 2020 at 2:30 P.M. for Road Projects.
Published on: /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Request for Bids
Employer: Ministry of Agriculture, LFSDP
Project: Livestock and Fisheries Sector Development Project (LFSDP p159382)
Contract title: Borhole Drilling for Holeta Bull-dam farm
Country: Federal Democratic Republic of Ethiopia
Credit No.: 6165-ET
RFB No: ET-MOLF-186847-CW-RFB
The FDRE Ministry of Agriculture has received financing from the World Bank towards the cost of the Livestock and Fisheries Sector Development Project (LFSDP p159382), and intends to apply part of the proceeds toward payments under the for Borhole Drilling for Holeta Bull-dam farm
The Ministry of Agriculture now invites sealed Bids from eligible Bidders for the Upgrading Works of Holeta Bull-dam Farm. The invitation is open for contractors under category of GC-3/WC-3 and above, who have registered with the relevant government offices in Ethiopia and renewed their license for the current year.
Bidding will be conducted through national competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers: Procurement of Works under IBRD Loans and IDA Credits & Grants by World Bank Borrowers dated July 2016 and is open to all eligible Bidders as defined in the Procurement Regulations.
Interested eligible bidders may obtain further information from Ministry of Agriculture, Procurement Directorate and inspect the bidding documents during office hours at the address below during office hours: from 09:00 A.M to 12:30 A.M hours and from 2:00 P.M to 5:00 P.M hours, Mondays to Thursdays and 09:00 A.M to 11:30 A.M and 2:00 P.M to 5:00 P.M hours on Fridays.
A complete set of the bidding document in English language may be purchased by interested eligible bidders at the address given below and up on payment of a non-refundable fee of Ethiopian Birr 300.00 (three Hundred Birr). The method of payment will be in cash. The document will be given to the applicants arriving at our premises in person.
Bids must be delivered to the address below on or before September 25, 2020. Electronic bidding will not be permitted. Late bids will be rejected. The outer Bid envelopes marked “ORIGINAL BID”, and the inner envelopes marked “TECHNICAL/FINANICAL PART” will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below. on September 25, 2020 at 2:30pm.
All bids must be accompanied by a Bid Security amounting as per stated in the bidding document. Total amount of bid security could be Birr 30,000.00 (Thirty Thousand Birr). Bid Security must be in the form of either CPO or Bank Guarantee from a recognized local Banks or in Cash. Insurance Bond and bid security declaration is not acceptable. The bid security shall be attached with or in the original bid proposals envelop.
The Ministry reserves the right to reject any or all of the bids as required. The address referred to the above Is:
The Federal Ministry of Agriculture
Procurement Directorate Director of MoA
Street Address: CMC Road, behind Ethiopian Geological Survey
Published on:Ethiopian Herald ( Aug 11, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION FOR PREQUALIFICATION
IFP No.EEP/TSO/PQ//01/2020
The Ethiopian Electric Power would like to invite prequalification document from eligible applicants which can arrange soft concessional loan which full fill the IMF definition and accepted by the Federal Democratic Republic of Ethiopia; Ministry of Finance, from its respective government and/or financing institutions for Engineering, Procurement, Construction, Testing and Commissioning of transformer Maintenance workshop Project.
It is expected that Invitations for Bid (IFB) will be made in August 12, 2020. Interested applicants are allowed to submit Application to be pre-qualified for these contracts subject to meeting the Pre-qualification Requirements.
A complete set of the prequalification documents may be purchased by interested bidders upon payment of a non-refundable fee of Ethiopian Birr 2,000.00 (Two Thousand) or it’s equivalent freely convertible currency. The method of payment shall be in cash or cashier’s check or through telegraphic transfer to EEP main A/C No. 1000068726372, Commercial Bank of Ethiopia (CBE), Arada Ghiorgis Branch, Swift Code: EBETETAA and EEP BUMBUNA HPP A/C No. 0101181300051, NATIONAL BANK OF ETHIOPIA (NBE), Swift Code: NBETETAA, for ETB and USD currency respectively.
Prequalification will be conducted through the procedures as specified in the EEP’s procurement guideline and is open to all eligible contractors.
Interested eligible bidders may obtain further information, and inspect the prequalification documents, from the Ethiopian Electric Power at the address below during working hours. A complete set of prequalification documents in English may be collected from the address mentioned below. The document will be col cited from the procurement office during working hour morning from 8.00 AM to 12.00 PM and afternoon from 1.00 PM to 5.00 PM.
.Applications for Prequalification should be submitted in sealed envelopes to the following address either delivered by hand or by registered mail in one (1) original and three (3) copies to the address below by 26 September 2020, at 2:30 PM local time and be clearly marked “Application to Prequalify for Engineering, Procurement, Construction, Testing and Commissioning of Transformer Maintenance Workshop Project and Application of arranging the soft concessional loan. Late applications shall be rejected.
The Ethiopian Electric Power reserves the right to reject any or all Applications.
Ethiopian Electric Power Attention: Mr.Kefyalew Mergiya, Procurement
Director, Address: Ethiopian Electric Power (EEP) Head Office,
Kirkos Sub city, Woreda 6, House Number 180/181, Mexico K Kare Center 1st Floor, Room No.01 Addis Ababa, Ethiopia,
Published on: Ethiopian Herald ( Jul 24, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA ETHIOPIAN ROADS AUTHORITY
CONSTRUCTION WORKS OF SHAMBU-AGEMSA ROAD UPGRADING PROJECT
INVITATION FOR BID
1. The Federal Democratic Republic of Ethiopia (FDRE) has applied for financing from the OPEC Fund for International Development (OFID) and Arab Bank for Economic Development in Africa (BADEA) for the Shambu – Agemsa Road Upgrading Project.
2. 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 Shambu – Agemsa Road Upgrading Project.
3. In general, the proposed Shambu – Agemsa Road Upgrading Project consists of upgrading of the existing gravel road to Asphalt Concrete Surfacing to ERA DC5 standard. The project road is located in the Oromia National Regional state in the south western part of Ethiopia. The project is an existing 95 km long gravel road which starts at Shambu town that is located on the Baku – Shambu – Agemsa link road and terminates at Agemsa town which is situated on the Nekemt – Bure road. Shambu town is about 303 km from Addis Ababa via the Addis Ababa – Ambo – Bako road. The terrain classification of the project road indicates that 2.13% of it passes through flat terrain while 82.51%, 14.22% and 1.04% of it traverses through rolling, mountainous and escarpment terrains respectively. The project road is designed as a two-way two-lane carriageway with a DC 6 road standard (As per ERA’s Geometric design Manual-2013). The total length of the designed road is 95.25 km to be Constructed in Asphalt Concrete Surfacing of 5cm thickness for the Carriageway and also involving the Construction & Rehabilitation of Two Bridges of 22 and 14ms lengths, respectively, each having 10m widths. It will have a total of 7.0 m carriageway width with 3.5 m wide parking lane on its each side for Zonal and Woreda Seats and 2.5 m wide parking lane on its each side for Kebele Seats. The Zonal and Woreda Seats will also have 2.5 m wide footway on both sides of the road. Furthermore, the Zonal Seats will have 2.5m and Woreda seat Im wide median. In rural Sections, the project road will have 1.5 m wide shoulder for flat and rolling terrain sections and 0.5 m wide shoulder for mountainous and escarpment terrain sections. The surfacing of the shoulders is designed to be Double Bituminous Surface Treatment (DBST) for all the rural sections of the project road. The town sections will have side ditches on both sides of the road. Time of completion of the project is 1278 Calendar days including 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 Headoffice, New Building Block B, 1st Floor, Office No. 105, P.O. Box 1770 Addis Ababa, Ethiopia. Tel.No. +251-11-515 10 877 515-04-19 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 July 27, 2020 and upon payment of a non-refundable fee of 300 US$ (Three Hundred Sixty US dollars) or 10,000 ETB (Ten Thousand Ethiopian Birr). Payment shall be made in cash, bank certified check or telegraphic transfer to the Employer’s Bank Account in the Commercial Bank of EthiopiaSengatera 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: Construction Works of Shambu Agemsa Road Upgrading Project
Item No
Qualification Criterea
Minimum Requirement
1
Annual construction turn over
USD 50.0 Million Average Construction Turnover)
2
Liquid Asset/Cash Flow requirement
USD 10.0 Million
3
General Construction projectExperience
10 Years firm Experience in Construction
4
Specific Construction projectExperience
Two (2) new Asphalt Concrete (AC) road Construction or rehabilitation or upgrading each with a value of USD 53.0 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed)
5
Specific Construction projectExperience 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
1,100,000.00
2
Crushed Sub base
M3/Year
75,000.00
3
Crushed Stone Base
M3/Year
70,000.00
4
Asphalt Concrete AC surface dressing
M2/Year
280,000.00
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 Shambu – Agemsa Road Upgrading Project respectively and the two envelopes shall also be enclosed by an outer envelope marked “Post Qualification Application and offer for Construction Works of Shambu – Agemsa Road Upgrading Project. 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 are 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 contract.
8. All bids must be accompanied by a 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 On /or before September 29, 2020 @ 2:30 P.M. Local Time. The Bids shall be prepared in one original and four copies. Bids 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. Late bids will be rejected. Post-Qualification Application and Bid security of the bidders will be opened immediately thereafter in the presence of the Procurement Endorsing 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.
Address:
Ethiopian Roads Authority (ERA), Ras Abebe Aregay Street ERA Headoffice, New Building Block B, 1st Floor, Office No. 105, P.O. Box 1770, Addis Ababa, Ethiopia.