The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

GC-7

Rub Hall installation (erection) service in Adama and Kombolcha warehouses.

Published on:Reporter ( Sep 23, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

TENDER NOTICE 

FOR THE PROCUREMENT OF NEW RUB HALL INSTALLTION AND 

DESMANTLING OF OLD RUB HALL SERVICE ATADAMA & KOMBLOCHA CRS WAREHOUSES 

TENDER No: CRS-SC-2020-13 

Catholic Relief Services – United States Conference of Catholic Bishops (CRS-USCCB) is a nonprofit non-governmental international relief and development organization working with international and local partners and serving people on the base of need, not creed, race or nationality in more than 100 countries in five continents. 

In relation with tis, CRS/Ethiopia would like to hire a company or an induvial who has the capacity to provide Rub Hall installation (erection) service in Adama and Kombolcha warehouses. 

Activities 

  • Dismantle the existing two old rub halls and erect the new two rub halls size 24 X 10 mt-in Kombolcha 
  •  Dismantle the existing two rub halls and erect the new two rub halls size 24 M1 X 10 mt in Adama 
  • Erect two big rub halls size 40 M X 20 mt in Adama. 

Please note that all the old sheets and aluminum bars/ pillars will be removed and replaced by the new one 

Detail type (pictures) and specification of the rub halls are available in CRS Ethiopia Supply Chain department located in Swaziland Street, Gulele Sub-City, Addis Ababa Any interested bidder can come and collect the instruction how the installation is conducted. 

Bidders who are interested to participate in the tender should have and fulfill the following basic requirements; 

  1. A renewed trade license for the sector 
  2. Tax Identification Number and Value Added Tax Certificates. Duly completed bids must be in a sealed envelope addressed to CRS/ Ethiopia clearly marked by “Bidders Name, Address, Legal Stamps, Signatures and Tender No.” 

The sealed bid document shall be submitted to the CRS Ethiopia address mentioned below into the bid box provided for the purpose on or before October 6, 2020 4:00 PM. 

Bids arrives after this date and time will not be considered. Catholic Rellef Services (CRS) reserves the right to reject all or part of the bids. 

For further information, bidders can contact us: 

Phone: +251-11 278 88 00 

World Vision Ethiopia …Teza Amba Kebele Trial Bridge (suspension pedestrian bridge) Construction

Published on: Reporter ( Sep 23, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

PROCUREMENT REFERENCE NUMBER: Construct 06/20

Subject: INVITATION TO BID

World Vision Ethiopia (WVE) is an International Humanitarian Christian Organization whose objective is to provide holistic and integrated development and emergency response programs in the country.

World Vision’s work in Ethiopia contributes to the well-being of vulnerable children in partnership with the church, civil society and the government. Initiatives include education, food security, health, HIV and AIDS, water, sanitation, and hygiene, as well as sponsorship management. All programs are implemented with the goal of addressing the strategic and basic needs of children while supporting and building the capacity of families and communities.

World Vision Ethiopia (WVE) wants to invite capable contractors under category of General Contractors class seven (7) and above, registered, licensed, renewed and valid for 2012 EC (2020GC),for Teza Amba Kebele Trial Bridge (suspension pedestrian bridge) Construction at Libo kemkem Woreda,South Gonder Zone, Amhara Region. The bidder should have specific experience as a prime contractor on construction of Trial Bridge (suspension pedestrian bridge), which should be completed and confirmed by the client/provide project handing over document.

Interested eligible contractors can register at World Vision Ethiopia-Head Office on the address shown below by delivering credential renewed license and upon submitting valid email address of the company during working hours (1:30PM to 4:00PM except Friday(9:00AM to 12:00PM)), From October 06-09, 2020 . The bidding document will be distributed to the bidders through e-mail address given to the unit, From October 12-14, 2020.

The Bidder shall prepare separate envelopes sealed in wax and stamped, duly marking the envelopes as “ORIGINAL” and “COPY” for financial proposal and “original” for technical proposal (no need of copy technical proposal). All envelopes including outer cover envelope shall then be wax sealed. Technical and Financial Proposals prepared and submitted separately but on the same date as mentioned below.

The inner and outer envelopes shall be addressed to the Employer at the address mentioned below and make sure that the envelopes are inserted into the bid box provided to this purpose and sign on the bid document delivery sheet at the address below.

WVE-Support Service Division (Administration Department),

Head Office, Addis Ababa

Phone: 251-116-293365, P.O.Box -3330, Addis Ababa

If the outer envelope is not wax sealed and not marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

The document must be accompanied with a bid security in the form of CPO/bank guarantee clearly written to “World Vision Ethiopia” but not insurance, amounting to 1% of the bid offer before VAT for the valid period of 90 calendar days and must be delivered to the address above before 2:30PM on October 27, 2020. Technical proposal will be opened on October 27, 2020 at 3:00PM in the presence of bidder and/ or their legal representatives who choose to attend. Opening date of financial proposals will be held after the evaluation of technical proposals and will be announce to the bidders.

Inspection of document and further information can be obtained from WVE- Supply Chain- Construction Management unit.

Pre bid meeting shall be conducted on October 14, 2020, at 10:00AM at Construction Procurement and Contract management unit office if necessary.

World Vision Ethiopia reserves the right to reject any or all the applications.  

Maintenance Work Dormitory T4 (Block No 28 )…

Published on: Addis Zemen ( Sep 23, 2020 ) /Place of Bid Competitions:Mettu University 

Remaining Time for Bid Submission

Open Competitive Biddings for 

Micro Small Enterprise (IMX) 

  1. Mettu University has a budget to be used for the different project Lots in the 2013 E.C budget year. So the university invites all eligible bidders of Micro Small Enterprise (IMX) with Category grade 9(nine) and above who fulfill the following requirements that should be attached with the application VAT registration certificate, a valid Tax clearance certificate issued from Inland Revenue, Business organization registration certificate, trade license renewed for 2013EC, Registration Certificate in the suppliers list under. Relevant professional certificate as appropriate 
  2. A complete set of bidding document may be purchased at Mettu University procurement Directorate 
Project LotProject title referenceNo BID Bond  (CPO)  Remark  
LOT-1 Maintenance Work Dormitory T4 (Block No 28 ) T4 (Block No 29 ) T4 (Block No 31 ) Clinic Block Maintenance 

Block-67 
              Metu/con/001/201350,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-2 Maintenance Work Dormitory T4 (Block No 30 ) Maintenance Work Dormitory T4 (Block No 28 ) Maintenance Work Dormitory T፳ (Block No 34)  50,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-3 Maintenance Work Dormitory T4 (Block No 36 )  Maintenance Work Dormitory T (Block No 37 ) Maintenance Work Dormitory T4 (Block No 38 )  50,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-4 Maintenance Work Dormitory T2 (Block No 39 ) Maintenance Work Dormitory T4 (Block No 38 )     Metu/con/001/201350,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-5 Maintenance Work Dormitory T4 (Block 41 ) Maintenance Work Dormitory T2 (Block No 43 )   50,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-6 Maintenance Work Dormitory T2 (Block No 43) Maintenance Work Dormitory T2 (Block No 44)   50,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-7 Maintenance lecture hall block 1-5 50,000 ETB shall be Valid 



for 148 days  
FOR IMX
LOT-8 Inclnerator And ቆሻሻ ማቀጠያ ጉድጓድFence Work For Waste Water 

Treatment Plant   
50,000 ETB shall be Valid 



for 148 days  
FOR IMX

Office upon submission of a written application and a non-refundable fee of 500 ETB (Five Hundred Ethiopian Birr) in cash starting from the first announcement day of the bid up to 15 calendar days. 

3.All bids must be accompanied by the bid security for Small and micro enterprises shall be required to submit a letter of guarantee written by a competent government body organizing and overseeing them in lieu of bid security or The amount of the Bid security shall be ETB 50,000.00 (Fifty Thousand Only) for each lot at the Bidder’s option could be in the form of CPO (Certified cheque or Payable order, or an unconditional Bank Guarantee addressed to the project title given in the table below 

4 Submission and opening of the bid (at Mettu University procurement Directorate office) a) The deadline for Bid submission (both technical and financial offers independently is 16THCalendar day beginning from the first date of advertisement. If the 15 calendar day is a holiday the last bid submission date will be the next working day, Time10:00 AM(morning 4:00Local time) 

b) The Bid proposal opening is: 16TH Calendar day beginning from the first date of advertisement If the 16 calendar day is a holiday the last bid submission date will be the next working day. Time: 10:15 AM(morning 4:15Local time) 

c) Bidders are required to submit bid documents in two envelopes containing the technical and financial proposals separately.

d) The Bidder shall prepare and submit original and copies of the technical part of the bid sealed in separate envelopes and clearly marking each as Original & Copy. Bidders shall not indicate their price in their technical offer. 

e) The Bidder shall prepare and submit original and copies of the financial offer (Bid price Schedule) in separately sealed envelopes, clearly marking each as Original & Copy. 

f) The original and all copies of the Technical Bid should be placed in a Sealed Envelope clearly marked as “TECHNICAL BID” and the Original and all Copies of the financial bid in a sealed envelope clearly marked as “FINANCIAL BID” and warnings: DO NOT OPEN with the financial bid. And failure to do the above things will result in automatic rejection from the tender. 

g) The Bidder shall submit the BID BOND/Guarantee letter in a separate/third envelope clearly marking it as Bid Guarantee. The three envelopes shall then be enclosed inside one big envelope, all together. 

h) Only financial offers of those bidders who score the minimum qualifying point and above as per the tender document, will be opened on the financial opening date. 

i) Any attempt of submission of forged/false document and/or indication of financial offer on the technical proposal shall result in rejection of the bid. 

j) The public body shall not bear any responsibility for misplacement of the technical documentation in the financial document or vise versa, which result in rejection of the bid. 

5. The Intended completion date of the whole of the works shall be 90 calendar day 

6. All other relevant documents should be submitted as per the requirements of the Bid Data. 

7. The Public Body reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. 

For further information METTU UNIVERSITY 

PROCUREMENT DIRECTORATE OFFICE 

Tell. No +251-471410529 

Fax No 318 Mettu University 

Cement Screed & Floor Finish, aluminum window and aluminum door work

Published on:Addis Zemen ( Sep 23, 2020 ) /Place of Bid Competitions:Amhara (ORDA) 

Remaining Time for Bid Submission

Invitation for Bids 

Bid No, ORDA/NCB/PW/01/2020 

1.The Organization for Rehabilitation and Development in Amhara (ORDA) Invites eligible bidders for the Cement Screed & Floor Finish, aluminum window and aluminum door work purchase including the supply of all necessary materials based on the attachd specification in the bid document, the work place is at bahirdar city Hidasie kebele ORDA garage building.

2. The Organization for Rehabilitation and Development in Amhara (ORDA) Invites eligible bidders for the Cement Screed & Floor Finish, aluminum window and aluminum door work purchase including the supply of all necessary materials

3 Bidders submit appropriate documentary evidence demonstrating its compliance, which shall include: 

  • Vald and renewed trade license 
  • VAT registration certificate issued by the tax Authority, 
  • Trade registration certificate and other necessary legal documents 

4. Bid must be delivered to the Address in a sealed envelope within 10 working days below at 7(b) at the end of 10 working days before 2:00 pm. 

5. All bids must be accompanied by a bid security of 2% from the total amount of bid price in the form of CPO or Unconditional Bank guarantee only. 

6. Floating period of bid is 10 working days starting from the announcement of this bid on Addis Zemen Newspaper. Bids will be closed at 2:00 Pm and opened in the presence of the bidders’ or representatives who choose to attend at the address below at 7 (b) or without opening ceremony flowers we can open the bid at the end of 10 working days at 2:30 pm. 

7. (a) Documents will be obtained Bahir Dar City at Organization for Rehabilitation and Development in Amhara (ORDA) head oflice, block No 1, room No. 106 Telephone 058-226-63-57 Fax 058 226 43 74 PO, Box – 132 and Addis Ababa Branch office near to Bole Printing press Telephone 011-550-44-55 

(b) Bids must be delivered to, and will be opened Bahir Dar City at Organization for Rehabilitation and Development in Amhara (ORDA) head office, Room No. 106 

8. ORDA reserves the right to cancel the bid fully or partially 

Organization for Rehabilitation and 

Development in Amhara (ORDA) 

2ኛ ደረጃ ትም/ቤት የክላስ ማስፋፊያ ግንባታ G+1 ባለ10 ክላስ ትም/ቤት እና ለምዕ/በ/ወ/እንስሣት ሃ/ጽ/ቤት የመድሃኒት ስቶር ግንባታ

Published on: Be’kur ( መስከረም 11፣ 2013 ) /Place of Bid Competitions:ለምዕ/በ/ወ/ትም/ጽ/ቤት

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ

ለምዕ/በ/ወ/ትም/ጽ/ቤት የአርባያ 2000 ሚኒሊየም 2ኛ ደረጃ ትም/ቤት የክላስ ማስፋፊያግንባታ G+1 ባለ10 ክላስ ትም/ቤት እና ለምዕ/በ/ወ/እንስሣት ሃ/ጽ/ቤት የመድሃኒት ስቶር ግንባታ በመደበኛ በጀት እና በአልማ በጀት ግንባታዎችን በግልጽ ጨረታ አወዳድሮ ማስገንባት ይፈልጋል፡፡ ስለሆነም ከዚህ በታች የተዘረዘሩ መስፈርቶች የምታሟሉ ተጫራቾችእንድትወዳደሩ እየጋበዝን፡-

  1.  ህጋዊ የንግድ ፈቃድ ያለውና የዘመኑን ግብር የከፈሉ፣
  2. የግብር ከፋይ መለያ ቁጥር/ቲን/ ያለውና የቫት ተመዝጋቢ የሆነ፣
  3. ስለስራው ዝርዝር ሁኔታ /ስፔስፊኬሽን/ ከጨረታ ሰነዱ ማግኘት ይችላሉ፡፡
  4. የግንባታ ቦታው ማዕ/ጎ/ዞ/ምዕ/በ/ወረዳ አርባያ ከተማ 2000 ሚሊኒየም 2ኛ ደረጃ ትም/ቤት ግቢ ውስጥና የእንስሣት ጽ/ቤት መድሃኒት ስቶር ግንባታ ከሚገኝበት ሃይ እስኩልአጠገብ ነው፡፡
  5. የመድኃኒት ስቶር ግንባታን በተመለከተ ጅምር ስራውን በአካል መጥቶ በማየትመወዳደር ይችላሉ፡፡
  6. . ተጫራቾች ለሚሞሉት ጠቅላላ ዋጋ 1 በመቶ በባንክ በተረጋገጠ የክፍያ ትዕዛዝ/ሲፒኦ/ወይም በጥሬ ገንዘብ ከሆነ ማዕ/ጎ/ዞ/ምዕ/በ/ወ/ገ/ኢ/ት/ጽ/ቤት ቢሮ ቁጥር 10 ለረዳት ገ/ያዥ ገንዘቡን በመክፈል የገቢ ደረሰኙን ማስያዝ ይኖርበታል፡፡
  7. አሸናፊው ተጫራች ለአሸነፈበት ጠቅላላ ዋጋ 10 በመቶ በባንክ በተረጋገጠ የክፍያትዕዛዝ/ሲፒኦ/ ወይም በጥሬ ገንዘብ ከሆነ ማዕ/ጎ/ዞን ምዕ/በ/ወ/ገ/ኢ/ት/ጽ/ቤት ቢሮቁጥር 10 ለረዳት ገ/ያዥ ገንዘቡን በመክፈል የገቢ ደረሰኙን ማስያዝ ይኖርበታል፡፡
  8. ጨረታው ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በምዕ/በ/ወ/ገ/ኢ/ት/ጽ/ቤት ይከፈታል፡፡
  9. ተጫራቾች ሙሉ አድራሻቸውን ማለትም ስልክ ቁጥር፣ ፊርማ፣ እንዲሁም የድርጅቱንማህተም ከሰነዳቸው ላይ እና ከእያንዳንዱ ፖስታ ላይ ማስቀመጥ ይኖርባቸዋል፡፡
  10. ተጫራቾች ሙሉ አድራሻቸውን ማለትም ስልክ ቁጥር፣ ፊርማ፣ እንዲሁም የድርጅቱንማህተም ከሰነዳቸው ላይ እና ከእያንዳንዱ ፖስታ ላይ ማስቀመጥ ይኖርባቸዋል፡፡
  11. . ተጫራቾች ዋጋ ሲሞሉ ስርዝ ድልዝ ካለው ከፊት ለፊቱ ልዩ ፊርማቸውን ማስቀመጥይኖርባቸዋል፡፡
  12. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በሙሉም ሆነ በከፊል የመሰረዝ መብቱየተጠበቀ ነው፡፡
  13. ደረጃን በተመለከተ ለመድሃኒት ስቶር ግንባታ ደረጃ 8 እና ከዚያ በላይ ሲሆን ለG+1ግንባታው ደረጃ 7 እና ከዚያ በላይ የሆኑ ተወዳዳሪዎች መወዳደር ይችላሉ፡፡
  14. ይህ ጨረታ በክልሉ ገ/ኢ/ል/ቢሮ ባወጣው የግዥ መመሪያ የሚተዳደር ይሆናል ተብሎጨረታው ለ21 ቀን በተከታታይ በአየር ላይ እንደሚውል ተደርጎ በ22ኛው ቀን ከጠዋቱ3፡30 ታሽጐ በ4፡00 ላይ በግልጽ ይከፈታል፡፡ ስለጨረታው መረጃ ማግኘት ከፈለጉ ይህጨረታ ከወጣበት ቀን ጀምሮ ባሉት የስራ ቀናት ውስጥ በአካል በመምጣት ከአለያምበስልክ ቁጥር 0582690146 ወይም 058 2690012 ደውለው መጠየቅ ይችላሉ፡፡

የምዕ/በ/ወ/ትም/ጽ/ቤት

Water Reservior Building, Office Building…

Published on: Be’kur ( መስከረም 11፣ 2013 ) /Place of Bid Competitions:እንጀባራ ከተማ

Remaining Time for Bid Submission

ግልጽ የጨረታ ማስታወቂያ የጨረታ መለያ ቁጥር 02/2013 

የእንጀባራ ከተማ አስ/ከተማ/ል/ቤቶ/ኮንስ/አገልግሎት ጽ/ቤት በ2013 በጀት ዓመት በከተማው ውስጥ የሚያሰራቸውን Water Resvior Bulding, OFfICE BULDING, SHAD BULDING,  TOILIET  and  GCPM/ monment BULDING, CULVERT AND COBEL MANTINANCEግንባታዎች  በውስጥ ገቢ እና በመደበኛ በጀት

  1. From kebele 03 Water Resvior ፓኬጅ ቁጥርAMH/INJEBARA/ CIP/ CW 05/20/2021 ሎት1 በGC እና BC  በደረጃ 9እና በላይ ፈቃድ ካላቸው
  2.  Injebara city Admenistration Office building  Block 1 with 15 Class, Zagew School office  Bulding  Block 1 with 2 Class ፓኬጅ ቁጥር AMH/INJEBARA/ CIP/ CW 06/20/2021 ፤ በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
  3. Shade on South East of  Wag Adebabay  1 Block with 10 Class, Shade near to Injebara  Hospetal Bridge 1Block with 10Class ፓኬጅቁጥር AMH/INJEBARA/CIP/CW 07/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
  4. From kebele 03  Public Toilet  at new market  1Balock With 6 Class,3rd levele GCPM Production and instalationፓኬጅቁጥር AMH/INJEBARA/CIP/CW 08/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
  5. Kebele 05 From south side of agew midir  secondry School Enterance,  COBEL stone  MANTINANCE  FROM   KOSSOBER SCHOOL COBBLE  TO BRIDGE ፓኬጅ ቁጥር AMH/ INJEBARA/CIP/MAW 03/20/202 ሎት1 በGC እና RC በደረጃ 9እና በላይ ፈቃድ ካላቸው ተጫራቾች መሀከል በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ ስለሆነም በጨረታው መሳተፍ የምትፈልጉ  የሚከተሉትን መስፈርቶች የምታሟሉ ተጫራቾች በጨረታው እንድትሳተፉ ይጋብዛል ፡፡
  6. የዘመኑን ግብር የከፈሉ እና የታደሰ ሕጋዊ የንግድ ፈቃድ ያላቸው፤
  7. የግብር ከፋይ መለያ ቁጥር /TIN number/ ያላቸው
  8. የግዥው መጠን ብር 50,000.00 /ሃምሳ ሺህ/ እና በላይ ከሆነ የተጨማሪ እሴት ታክስ /ቫት ተመዝጋቢነት/የምስክር ወረቀትማቅረብየሚችል፤
  9. ተጫራቾች የግንባታ ፈቃድ ማረጋገጫ የምዝገባ የምስክር ወረቀት ማቅረብ የሚችሉ ፡፡
  10. ተጫራቾች በጨረታው ለመሳተፍ ከላይ በተራ ቁጥር 1 እስከ 4 የተጠቀሱትን ማስረጃዎች ዋና እና ቅጂ በማድረግ ከመጫረቻ ሠነዱ ጋር አያይዞ በጥንቃቄ በታሸገ ፖስታ ማቅረብ አለባቸው፡፡ ጨረታው ሲሞላ ያለምንም ስርዝ ድልዝ መሞላት አለበት እንዲሁም አንድተጫራች መጫረት የሚችለው በአንድ ሎት ብቻ ነው፡፡
  11. ጨረታው በአየር ላይ የሚቆይበት ጊዜ ጨረታው በጋዜጣ ከወጣበት ቀን ጀምሮ ለ21 ቀን ነው፡፡
  12. ተጫራቾች የጨረታ ማስታዎቂያው ከወጣበት ቀን 11/01/2013 ዓ.ም ጀምሮ በወጣው ግልፅ ጨረታ ለ21 ተከታታይ ቀናት ውስጥ ሁለተኛ ፎቅ ቢሮ ቁጥር 10 የጨረታ ሰነዱን ማግኘት ይችላሉ፡፡
  13. ማንኛውም ተጫራች የጨረታ ሀሳቡን በአንድ ወይም አንድወጥ በሆኑ ሁለት ቅጅዎች ማለትም ዋናና ቅጅ በማለት በጥንቃቄ በታሸገ ፖስታ ሁለተኛ ፎቅ ቢሮ ቁጥር 10 በተዘጋጀው የጨረታ ሳጥን ዘወትር በስራ ስዓት እስከ 02/02/2013 ዓ/ም እስከ 3፡00 ማስገባት ይችላሉ፡፡
  14. ጨረታው ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ሁለተኛ ፎቅ ቢሮ ቁጥር 10 በቀን 02/02/2013 ዓ.ም 3፡00 ታሽጎ 4፡00 ይከፈታል፡፡ የጨረታ መክፈቻ ቀኑ የህዝብ ባዕል እና እሁድ ቅዳሜ ከሆነ በሚቀጥለው የስራ ቀን በተመሳሳይ ስዓት ይከፈታል፡፡
  15. ተጫራቾችለእያንዳንዱ ሎት የማይመለስ ብር 300.00/ ሦስት መቶ ብር/ በመግዛት የጨረታ ሰነዱን በእንጅባራ ከተማ/ል/ቤቶችና ኮንስትራክሽን አገ/ጽ/ቤት ሁለተኛ ፎቅ ቢሮ ቁጥር 10 ማግኘት ይችላሉ፡፡
  16. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና ለWater Resvior Bulding 150,870.00 /አንድ መቶ ሃምሳ ሺህ ስምንት መቶ ሰባ ብር ለ OFICE BULDING 34,239.00 /ሰላሳ አራት ሺህ ሁለት መቶ ሰላሳ ዘጠኝ ብር ለ SHAD BULDING  31,928.00 /ሰላሳ አንድ ሺህ ዘጠኝ  መቶ ሃያስምንት ብር ለTOILIET and GCPM/monment BULDING 10,326.00 /አስር ሺህ ሦስትመቶ ሃያ ስድስት ብር CULVERT AND COBEL MANTINANCE 12,985.00/አስራ ሁለት ሺህ ዘጠኝ መቶ ሰማኒያ አምስት ብር በጥሬ ገንዘብ ወይም በባንክ በተረጋገጠ የክፍያ ትዕዛዝ ሲፒኦ ብቻ ማስያዝ የሚችሉ እና በጥቃቅን የተደራጁ ከሆነ ጥቃቅን ጽ/ ቤት የዋስትና ደብዳቤ ማቅረብ የሚችል እና ከተደራጁ 5/አምስት/ ዓመትያልሞላቸው ለመሆኑ ከአደራጅ መ/ቤት ማስረጃ ማቅረብ የሚችል፡፡
  17. የጨረታው አሸናፊ 10 በመቶ የውል ማስከበሪያ ውል በሚይዝበት ወቅት ማስያዝ ወይም በጥቃቅን የተደራጁ ከሆነ ጥቃቅን ጽ/ቤት የዋስትና ደብዳቤ ማቅረብ አለበት፡፡
  18. አሸናፊ ድርጅትየሚሰራቸውንስራዎች ማነኛውንም ማቴሪያሎች ወጭ በራሱ አቅርቦ መስራት የሚችል ፡፡
  19. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው ፡፡
  20. ለተጨማሪ መረጃ የእን/ከ/አስ/ከተማ/ል/ቤቶ/ኮንስ/ አገልግሎት ጽ/ቤት ሁለተኛ ፎቅ ቢሮ ቁጥር 10 ድረስ በአካል በመገኘት ወይም በስልክ ቁጥር 0582270071/0588279034 በመደወል ማግኘት ይችላሉ፡፡
  21. የውድድሩ ሁኔታ በሎት ዋጋ ይሆናል፡፡ በተጨማሪ በአብክመ የግዥ መመሪያ ቁጥር1/2003 መሰረት ተፈፃሚ ይሆናል፡፡ 22. የውል ማስከበሪያው ዋስትና ፀንቶ መቆያ ግዜው ከሚጠናቀቅበት የመጨረሻ ቀን በኋላ ቢያንስ ለተጨማሪ 60/ስልሳ/ ቀናት ፀንቶ መቆየት ይኖርበታል፡፡

የእንጀባራ ከተማ አስ/ከተማ/ል/ቤቶ/ኮንስ/አገልግሎት ጽ/ቤት

Market shade & public toilet construction

Published on: Ethiopian Herald ( Sep 18, 2020 ) /Place of Bid Competitions:Adama

Remaining Time for Bid Submission

Invitation for for Bids (NCB) 

BID No: ASTU/NCB/08/2020 

  1.  Adama Science and Technology University has allocated budget to cover the cost of market shade & public toilet construction. The project site is located in Oromia National Regional State, Adama City.
  2. The University now invites sealed bids from eligible Bidders for furnishing the necessary labors, materials and equipment/machinery for construction of market shade &public toilet. 
  3. Bidding is open to all contractors GC-8/BC-7 and above having trade/business license and professional competence/practice certificate renewed for 2012 Ethiopian fiscal year, registration certificates for VAT & taxpayer, valid tax clearance certificate, and registration in suppliers lists.
  4. Bidding will be conducted through National Competitive Bidding (NCB) as per procedures specified in the tender document and pertinent procurement proclamation, directive, and guidelines.
  5. . A complete set of Bidding Documents in English may be purchased during regular office hours directly from the University’s Procurement and Property Administration Directorate Building Block No: 106, ground floor/room No .04 (P.O.Box: 1888, Tel: +251 222 110003; Fax: +251 221 100038; email: kumawaktola@gmail.com) upon submission of a written application to the address indicated above and payment of a nonrefundable fee Birr 100.00 (one Hundred). Further information can be obtained from the above mentioned address.
  6. Bids shall be valid for a period of Ninety (90) calendar days after Bid opening and must be accompanied by bid security to be provided in acceptable form (as unconditional bank guarantee irrevocable Letter of Credit or CPO) & equivalent to Ethiopian Birr 10,000 (Ten Thousand). 
  7.  Bidders shall submit bid documents in one large envelope containing ‘One original’ and two ‘copies’ of their technical and financial documents in separate wax sealed inner envelops clearly marked as “original and ‘Copy’. 
  8. Bids must be delivered to the address named in the ‘Bid Data Sheet’ section of the biding document on or before 9:30am (morning local time) on the first regular working day after 21 days starting from the next day of the date of official announcement of this bid on Ethiopian Herald Newspaper
  9. Bids shall be opened and read at 10:00am (morning-local time) on the same day to the deadline for submission of the bids, at the office specified under article 5 above, in the presence of the Bidders or their legal representative who wish to attend.
  10. Adama Science and Technology University reserves the right to reject all or part of the bid without giving reason thereof. 

Adama Science and Technology University Adama 

GENERAL PROCUREMENT NOTICE OF ERA

Published on: Ethiopian Herald ( Sep 18, 2020 )

ETHIOPIAN ROADS AUTHORITY 

GENERAL PROCUREMENT NOTICE 

The Federal Democratic Republic of Ethiopia (FDRE) represented by the Ethiopian Roads Authority (ERA) has secured sufficient budget and planned to procure construction works and related supervision services for the following road projects in the year 2013 Ethiopian Fiscal Year. The procurement process of the projects will commence depending on the readiness of the design and will be floated in groups of projects in a package sequentially. 

Item NoWorks to be procuredFinancerLength KMContract Delivery
1Abay Bridge Approch Road and Abay 
Bridge Lot 2 :Abay Bridge Approach Road) 
GOE4.4DB
2Access to Adama industrial park GOE3.31DB
3Gog-Jore – Akobo Lot: 2 Km 35 – Km 70 GOE33.4DBB
4

Seka – Atnago – Alga – Seyo – Shenen – Guder Lot 1; Seka – Atnago – Alga – Seyo 
GOE93DBB
5Seka – Atnago – Alge – Seyo – Shenen – Guder Lot 3; Ambo Town and Ambo – Guder Town Road GOE20DB
6Fik-Segege-Grebo-Denane Lot 1 GOE90DBB
7

Fik-Segege-Grebo-Denane Lot 2 
GOE101DBB
8Dubiti-Arisa-Adigala-Biyokobob; Contract 2 GOE78DB
9

Dubiti-Arisa-Adigala-Biyokobob; Contract 3 
GOE119DB
10Zalambesa-Alitena-Marwa-Edegahamus Lot 2: Marwa-Edegahamus GOE38DB
11

Dembecha – Feresebet – Adet Lot 2: Sekela-Adet 
GOE61.7DB
12Jiga – Quwarit – Arb gebeya – Gish Abay – Tlili Lot 1: Jiga – Quwarit – Arb gebeya GOE59DBB
13

Mehal Meda – Gisherabiel – Mekoy – Milamile Lot 2 : Tormsaya/K.m 64-Milamile 
GOE63.1DBB
14

Nignang-Toha(Ongonge) 
GOE77.5DBB
15Fishagenet-Kele-Someya-Segen-Gebelebeno Lot 3: Segen-Gebelbeno GOE61DB
16




Dilla – Bulle – Haro Wacho-Shakiso Lot 2: Harowacho-Shakiso 
GOE57DBB
17Dembi Dolo-Gambela Lot 2 GOE50DB
18Agaro-Gera-Medabo GOE100DB
19

Adola – Melkadesta – Harenfema – 
GOE74.9DBB
20Bishoftu Expressway Approch Road GOE5DB
21

Gambella-Abobo-Goge-Dima Lot 3: Gilo River-Akuwela-Achagna-Dima 
GOE80DB
22Sodo Town Sections (Sodo – Town – Areka 
Junction, Sodo Town – Agricultural College and Sodo Town – Woli) 
GOE15.5DBB
23

Hojadure – Goro – Kenate 
GOE68DB
24

Hamusit – Este/Mekaneyesus – Simada -Sayient – Buso, Lot 3: Simada – Sayient – Buso 
GOE62.7DBB
25Gendesheno – Ejere – Gundomeskel – Woleka – Keymebrat Lot 1 Gendesheno – Ejere – Gundomeskel GOE90DBB
26

Continuation of construction works of Iteya -Robe – Seru Lot 2: Robe – Seru Road project 
GOE68.28DBB
27

Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot I: Debark – Buahit 
GOE61.8DB
28Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE72.9DB
29Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE61.96DBB
30Continuation of Construction works of Aykel – Zufan – Angereb; Lot 1 Aykel (Km 0+000) 

Km 69+000 Road Project 
GOE69DBB
31

Continuation of Adura – Akobo and Adura – Burbey Road Project 
GOE125.4DBB
32

Alamata – Chelana – Merewa – Tsetsere – Dela : Lot 1 Alamata – Km 65 
GOE72.2DBB
33

Debremarkose-DebreEliyas-Temecha-Kuch-Ayehu-Zegem-Chagni Lot 4: Ambla-Zigem – Chagni 
GOE86.3DBB
34

Kesa-Gimja Bet-Azena-Ambela 
GOE62DBB
35

Bure-Gomer 
GOE41.5DBB
36Homosha – Hidase Dam – Guba Lot 2 Km 70 – Hidase Dam – Guba GOE147DBB
37

Kobo – Kulmusk – Lalibella Lot 1: Muja- Kobo 
GOE60DBB
38

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 2 
GOE82.5DBB
39

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 3 
GOE60DBB
40Chebera Churchura – Gudumu GOE79DB
41

Bojeber-Areqit – Kutere – Bilalo 
GOE58DB
42

Alamata – Chelana – 100Merewa – Tsetsere – Dela – Samere Lot 2: K.m. 65-Tsetsere- Dela 
GOE70DBB
43Alemgena – Butajira-Sodo Lot 1: Alemgena – Butajira GOE100DBB
44

Negele Borena – Doloado – Melkasuftu Lot 3 Filtu – Doloado 
GOE93DBB
45Morka-Gircha-Chench-Chano Lot 2: Chencha-Chano GOE22DBB
46

Semera – Yalo – Mehoni 
GOE90DBB
47

Bulehora – Shakiso – Kibiremengest Lot 2: Km 70- Bulehora 
GOE72DBB
48Alemgena – Butajira-Sodo Lot 2: Butajira-Hosaina GOE100DBB
49Gimbi – Guye – Alga – Metu Lot 2: Km60-Metu GOE70DBB
50Hagayu – Sigmo – Saylem – Leqa – Becho – Metu: Lot 1 GOE70DB
51

Halaba-Siraro – Shemana – Hawassa Airport Jun/Erba Junction 
GOE63DBB
52

Gerahusenay – Ahiferom/Sero 
GOE40DBB
53Sekota – Amdework – Tekeze – Ibnat – Addis Zemen: Lot 1 GOE70DB
54Bati – Medina – Harewa – Bora – Kemise GOE110DB
55

Hawassa – Loke – Hantacho – Chuko 
GOE47DBB
56Aletawondo – Teferikela – Dilla GOE24DBB
57

Hosaina – Jajura – Gimbichu – Jako 
GOE50DBB
58

Gnigang. Jikawo-Dobrar– Rek 
GOE130DB
59Gelego – Tewodros Ketema – Guba Lot 2; Tewodros KetemaOmedila – Almahili – Mankush – Guba, Contract 1 GOE90DBB
60Goba – Dolomena – Negele Borena/Bitata/ Lot 1 Goba 
Dolomena 
GOE100DB
61Ginir-Gode Lot 1 GOE70DB
62Degehamedo – Degehabur GOE75DB
63Arbaminch – Wezeka – Konso – Jinka Lot 1 Arbaminch-Konso GOE135DB
64Arbaminch – Wezeka – Konso – Jinka Lot 2 Konso – Jinka GOE135DB
65

Kombolcha-Mekaneselam, Lot I 
GOE100DB
66Mekaneselam-Abay River Bridge-Gindewoyin GOE122DB
67Durgi – Gibe River – Omo Nada Lot 3; Gibe River – Omo Nada GOE50DBB
68Metema – Abrihajira – Maserodenb – Sanja, Lot 2, Cont. I: Abrihajira-km-80 GOE80DB
69Negele Borena – Dolo Odo – Melkasuftu Lot 2: Km 60 – Filtu GOE62DBB
70Jihur-Zemero-Degolo-Wereilu-Guguftu, Lot 1, Cont. 1: Jihur-Zemero GOE78DB
71Wacha-Maji, Lot 1 GOE90DB
72

Gilgel Beles-Dibate-Wenbera 
GOE58DB
73

Makisegnit – Degoma – Arbaya – Guhala – Setseka – Mesheha – Abi 
Adi Junction 
GOE80.71DB
74Dima-Bero-Kibish/k.m. 90-F4F6 Road Junction Lot 2: Kibish/Km 
90-F4F6 Road Junction 
GOE67DBB
75

Kofele-Kore – Bekoji and Arsi Negele – Bilalo Junction 
GOE68DB
76

Adi Gudem – Dengolat – Gejet – Yechela 
GOE71.27DB
77

Birki-Hayikmashal-Atsibi Junction 
GOE20DB
78Filtu – Moyale: Lot 1 GOE70DB
79

Tolta-Gelila-Laska and Shirshir-Wubhamer Sper 
GOE125DBB
80Ebantu(Hindi) – Ayana – Gelilla – Haro Limu – Yaso GOE95DB
81Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract I: Awash – Meiso (Km 0+000-70+500)(Re-tender) GOE70.5DBB
82Awash – Kulibi – Dire Dawa/Harer Overlay Road Project: Contract II: Meiso – Heirna (km 70+500-139+468)(Re-tender) GOE68.97DBB
83Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract III: Himna – Duse (km 139+468 225+000) (Re-tender) GOE85.53DBB
84Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract 
IV: Duse – Dengego – Harer & Dengego – Dire Dawa (km 225+000 
290+864 & 0+000 – 19+541) (Re-tender) 
GOE85.41DBB
85Addis – Gibe River Road Overlay Project Lot II; Sebeta-Kore GOE64DBB
86Addis – Gibe River Road Overlay Project; Lot III; Kore – Gibe 
River 
GOE93DBB

The selection of bidders will be carried out either by International Competitive Biddings (ICB) procedure or National Competitive Biddings (NCB) procedure based on the specific project requirements and conditions. Subsequently, the Specific Procurement Notice for each of the projects will be announced separately through nationally circulating newspaper (Ethiopian Herald), Ethiopian Roads Authority’s (ERA’s) website (www.era.gov.et) as well as through Public Procurement and Property Administration Agency’s (PPPAA’s) website (www.ppa.gov.et) and through appropriate further publications as deemed necessary. Addresses for Correspondences: Zekarias G/Giorgis, Engineering Procurement Directorate, Director 

Ethiopian Roads Authority P.O.Box: 1770 

የG+1 ሕንፃ ዕድሳት

Published on: Addis Zemen ( መስከረም 5፣ 2013 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

 የሕንፃ ዕድሳት የጨረታ ማስታወቂያ ቁጥር 03/2013

ፐብሊክ ሰርቪስ የሰራተኞች  ትራንስፖርት አገልግሎት ድርጅት የዋናው መ/ቤት G+1 ሕንፃ የግንባታ ፈቃድ ያላቸውን ተቋራጮች አወዳድሮ ሕንፃውን ማሳደስ ይፈልጋል፡፡

  1. ተጫራቾች  የጨረታውን ዝርዝር መግለጫ ይህ ማስታወቂያ በጋዜጣ ከወጣበት ቀን ጀምሮ ዘወትር በሥራ ቀናት የማይመለስ ብር 200.00 (ሁለት መቶ ብር) በመክፈል ከድርጅቱ ቢሮ ቁጥር 3 በምት ወቅት ይችላሉ፡፡
  2. ተጫራቾች  ሕጋዊ የግድ ፍቃድ፣ የግብር ከፋይነት የምስክር ወረቀት ፣ የተጨማሪ እሴት ታክስ ሠርተፊኬት የንግድ ምዝገባ የምስክር ወረቀት እንዲሁም ኮፒ ከጨረታ ሰነድ ጋር ማያያዝ ይኖርባቸዋል፡፡
  3. ተጫራቾች የግንባታ ፈቃድ ደረጃቸው ደረጃ 8 እና ከዚያ በላይ ያላቸው ሆነው ለዚህም ከከተማና ልማት ኮንስትራከሽን ቢሮ ደረጃቸውን የሚገልጽ የምስክር ወረቀት ማቅረብ ይኖርባቸዋል፡፡
  4. ተጫራቾች ከዚህ ቀደም በተለያዩ ድርጅቶች የሰሩባቸውን ቢያንስ ከ 2 ድርጅት ያላነሰ የመልካም ሥራ አፈጻጸም ማስረጃ ማቅረብ ይኖርባቸዋል፡፡
  5. ተጫራቾቹ የሚያቀርቡት ዋጋ ድርጅታችን ያዘጋጀውን የግንባታ ዲዛይን ቢል ኦፍ ኳንቲቲ መሰረት በማድረግ የሙያና የዕቃ ዋጋን ቫትን ጨምሮ ስለመሆኑ ማመላከት አለበት፡፡
  6. ተጫራቹ የጨረታ ማስከበሪያ (Bid bond) የሕንፃ ማደሻ የዕቃ ዋጋን ጨምሮ የጠቅላላ ዋጋውን 2 % ባንክ በተመሠከረለት ቼከ፣ ሲፒኦ ወይም በሁኔታ ላይ ባልተመሰረተ የባንክ ዋስትና ማስያዝ ይኖርባቸዋል፡፡
  7. ተጫራቾች የሚያቀርቡትን የጨረታ ሰነድ ኦርጅናል እና ኮፒ በመለየት በኤንቨሎፕ በማሸግ ጋዜጣው ከወጣበት ቀን ጀምሮ ለ15 ለተከታታይ ቀናት እስከ 4፡00 ሰዓት በሎጀስቲክስና ሰፕላይ ዳይሬከቶሬት ቢሮ በተቀመጠ ሳጥን ውስጥ ማስገባት አለባቸው፡፡
  8. ጨረታው የሚከፈተው ይህ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ 15 ተከታታይ ቀናት ቆይቶ በ15ኛው ቀን ከጠዋቱ 4፡00 ሰዓት ተዘግቶ በ4:30 ሰዓት ላይ ተጫራቾች  ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት በሎጀስቲክስና ሰፕላይ ዳይሬክቶሬት ቢሮ ቁጥር 3 ይከፈታል፡፡ የመክፈቻ ቀን ቅዳሜ እና እሁድ ወይም በበዓል ላይ ከዋለ ጨረታው በሚቀጥለው የሥራ ቀን በተመሳሳይ ቦታ እና ሰዓት ይከፈታል፡፡
  9. ድርጅታቸን ጨረታውን በከፊልም ይሁን ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው።

አድራሻ የፐብሊክ ሰርቪስ ሠራተኞች የትራንስፖርት አገልግሎት ድርጅት ከሜክሲኮ ወደ ልደታ ቤተከርስቲያን የሚወስደው መንገድ ላይ ፖሊስ ሆስፒታል ፊት ለፊት ነው

ለተጨማሪ መረጃ ስልክ ቁጥር፡- 0115-51-66-09

የፐብሊክ ሰርቪስ ሠራተኞች

ትራንስፖርት አገልግሎት ድርጅት

የአልሙኒየም ፓርቲሽን ስራ

Published on: Addis Zemen ( መስከረም 3፣ 2013 ) /Place of Bid Competitions:ባህርዳር

Remaining Time for Bid Submission

የአልሙኒየም ፓርቲሽን ስራ

ግዥ በግልፅ ጨረታ ማስታወቂያ

የጨረታ ሠነድ ቁጥር፡- አዲቁሥድ – 06/2013

አማራ የዲዛይንና ቁጥጥር ሥራዎች ድርጅት የአንድ የስራ ክፍል የቢሮ ውስጥ ለውስጥ ክፍሎችን በአልሙኒየም የፓርቲሽን ስራ በግልፅ ጨረታ በማወዳደር ማስራት ይፈልጋል::

ስለሆነም በጨረታው ለመሳተፍ የሚፈልጉ ማንኛውም ህጋዊ ተጫራቾች የሚከተሉትን መስፈርት አሟልቶ በጨረታው መወዳደር ይችላል፡፡

  1.  በዘርፉ የታደሰ ህጋዊ የንግድ ሥራ ፈቃድ ያላቸውና ማቅረብ የሚችሉ፣
  2.  የግብር ከፋይ መለያ ቁጥር ምዝገባ ማቅረብ የሚችሉ፣
  3. የግዥው መጠን የተጨማሪ እሴት ታክስ ከፋይ ተመዝጋቢ የሚጠይቅ ከሆነ ተመዝጋቢ ስለመሆናቸው የምዝገባ የምስክር ወረቀት ማስረጃ ማቅረብ የሚችሉ፣
  4. ተጫራቾች የጨረታውን ዝርዝር መግለጫ የያዘ ሰነድ የማይመለስ ብር 50.00 (ሃምሳበመክፈል ዘወትር በሥራ ሰዓት ባህርዳር ዋናው መ/ቤት ቢሮ ቁጥር 025 በመቅረብ ይህ የግልጽ ጨረታ ማስታወቂያ ከወጣበት ዕለት ጀምሮ እስከ መስከረም 19/2013 ዓ.ም ድረስ መግዛት ይችላሉ::
  5. ጨረታው መስከረም 19/2013 .800 ሰዓት ተዘግቶ በዚሁ ዕለት 8:30 ሰዓት ለመገኘት የቻሉ ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው ባሉበት ይከፈታል፡፡
  6. ተጫራቾች የጨረታ መወዳደሪያ ሰነዳቸውን፣ የጨረታ ማስከበሪያ የጠቅላላ ዋጋውን 2% በጥሬ ገንዘብ፣በሲ.ፒኦ ወይም እንደተጠየቀ ወዲያውኑ በሚከፈል የባንክ ጋራንቲ እና ህጋዊ ማስረጃዎችን በፖስታ አሽገው እስከ ጨረታ መዝጊያው ቀንና ሰዓት ድረስ ቢሮ ቁጥር 023 ማቅረብ ወይም ለዚሁ ጉዳይ በተዘጋጀው የጨረታ ሳጥን ማስገባት ይችላሉ::
  7. ድርጅቱ የተሻለ መንገድ ካገኘ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው::

ለበለጠ መረጃ፡- በስልክ ቁጥር 058-218- 02- 73 በመደወል ወይም በፋክስ ቁጥር 058-218-05-50 ወይም 058-218-05-60 በመላክ መጠየቅ ይቻላል ::

አማራ የዲዛይንና ቁጥጥር ሥራዎች ድርጅት፣

ባህርዳር-ኢትዮጵያ

Renovation work of Fence, Guard House and Parking work at BOLE

Published on: Addis Zemen ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

rocurement Reference No: -JCC/NCB/RE/06/13/20 

Procurement of Renovation work of Fence, Guard House and Parking work at BOLE 

SUB CITY, WOREDA-02, YOUTH CENTER LOT-2 

  1.  Job Creation Commission has plan to procure Works described below at 
  2. Job Creation Commission now invites sealed bids from eligible and qualified bidders who have Grade 8 General Contractors and bidders who have Grade 8 and Above General Contractors and Building Contractor for Works of Renovation work of Fence, Guard House, Parking and Finishing work at BOLE – SUB CITY, WOREDA – 02, YOUTH CENTER. 
  3. Bidding will be conducted through National Limited Bidding (NLB) procedures Contained in the public Procurement proclamation of the Federal government of Ethiopia which is limited to eligible and qualified bidders. 
  4. Invited eligible bidders may obtain further information and collect the Bidding Documents at the address given below at 8 (a) from 8:00 AM to 9:30 PM 
  5. Eligible documents are:-Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN) 
  6. Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors. 
  7. A complete set of the bidding document in English language may have given to your company for free.
  8. . Bidding documents must be delivered to the address below at 9 (c) on or before September 29, 2020 at 4:00 AM Job Creation Commission. Late bids shall be rejected.  Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 9 (d) on September 29, 2020 at 4:30 AM A) Documents shall be collected at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor, B) Documents shall be issued at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. C) Bid documents shall be delivered to: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. D) Bid documents shall be opened at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 9. All Bids must be accompanied by Bid Security of ETB 75,000.00 (Seventy-Five Thousand) in the form of CPO or unconditional bank guarantee. 
  9. . Job Creation Commission reserves the right to reject any bid and to annual the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. Authorized Contact Person: Ato Alexander Endale Director of Procurement, Finance, Property and General Service Directorate. Public Body: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 

Telephone Number :011 66 71 792/09 11 41 23 52 /09 09 56 28 15 

Job Creation Commission Ethiopia 

Renovation work of Bole sub city woreda 02 Youth center building

Published on: Addis Zemen ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Procurement Reference No: – JCC/NCB/RE/05/13/20 

Procurement of Renovation work of Bole sub city woreda 02 Youth center building – Lot 1 

  1.  Job Creation Commission has plan to procure Works described below at
  2. Job Creation Commission now invites sealed bids from eligible and qualified bidders who have Grade 8 General Contractors and bidders who have Grade 8 and Above General Contractors and Building Contractor for Works of Bole sub city woreda 02 Youth center building – Lot 1. 
  3. Bidding will be conducted through National Limited Bidding (NCB) procedures Contained in the public Procurement proclamation of the Federal government of Ethiopia which is limited to eligible and qualified bidders. 
  4. Invited eligible bidders may obtain further information and collect the Bidding Documents at the address given below at 8 (a) from 8:00 AM to 3:00 PM 
  5. Eligible documents are: -Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN) 
  6. Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors. 
  7. A complete set of the bidding document in English language may have given to your company for free. 
  8. Bidding documents must be delivered to the address below at 9 (c) on or before September 30, 2020 at 4:00 AM Job Creation Commission. Late bids shall be rejected.
  9. Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 9 (d) on September 30, 2020 at 4:30 AM A) Documents shall be collected at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. B) Documents shall be issued at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. C) Bid documents shall be delivered to: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. D) Bid documents shall be opened at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 9. All Bids must be accompanied by Bid Security of ETB 100,000.00 (One Hundred Thousand) in the form of CPO or unconditional bank guarantee. 
  10.  Job Creation Commission reserves the right to reject any bid and to annual the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. 

Authorized Contact Person: Ato Alexander Endale Director of Procurement, Finance, Property and General Service Directorate. 

Public Body: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. Telephone Number: 011 66 71 792/09 11 41 23 52 /09 09 56 28 15 

Job Creation Commission Ethiopia 

ግራብል ሮድ ግንባታ…

Published on:Addis Zemen ( ጳጉሜ 3፣ 2012 ) /Place of Bid Competitions:ደባርቅ ከተማ

Remaining Time for Bid Submission

ግልፅ የጨረታ ማስታወቂያ

የደባርቅ ከተማ አስተዳደር ከተማ ልማት፤ ቤቶችና ኮንስ/ጽ/ቤት በ2013 በጀት ዓመት በክልሉ፤ በከተማው እና በዓለም ባንክ በጀት ድጋፍ በከተማው የተለያዩ የመሠረተ ልማት ሥራዎችን በ CIPO ዕቅድ መሠረት በግልፅ ጨረታ ማስታወቂያ አወዳድሮ ማሰራት ይፈልጋል፡፡

ስለዚህ፡-

*የድሬኔጅ ግንባታ PACKAGE NUMBER- AM/DEBARK UIIDP /CW-03/20/21

  1. ከኃይሌ ጎሽ እስከ ዘነብ ዘገየ ቤት ከ2 ክሮስ ስላብ ጋር በሜትር 231 ሎት 1
  2. ከጣመ ዘውዱ እስከ ሚሊኒም መንገድ ከ2 ክሮስ ስሳብ ጋር በሜትር 264 ሎት 3

የግራብል ሮድ ግንባታ PACKAGE NUMBER- AM/DEBARK CIP/ CW-10/20/21

1. ከአስፖልቱ እስከ ዋሊያ ስላብ ክልበርት በሜትር 809 ሎት 2 የሜንቴናስ ግንባታ PACKAGE NUMBER- AM/DEBARK CIP/ main-01/20/21

  1. የሚዲያን ስትሬት ላይት ሜንቴናስ በቁጥር 40 ሎት 4
  2. የስታዲም ስቴር ሜንቴናስ M21500 ሎት 8
  3. የሪቴኒግ ወል ሜንቴናስ ሚሊኒም ት/ቤት አካባቢ M2 290.69 ሎት 9
  4. የሪቴኒግ ወል ሜንቲናስ MSE SHADE አካባቢ M 465. ሎት 10

ከላይ የተዘረዘሩ ግንባታዎች ባለሙያ ባወጣው ስፔስፊኬሽን መሰረት በግልፅ ጨረታ ማስታወቂያ አወዳድሮ ማስገንባት ማሰራት ይፈልጋል፡፡

በመሆኑም የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቾች መወዳደር የምትችሉ መሆኑን እንገልፃለን፡፡

  1.  የተጨማሪ እሴት ታክስ ምዝገባ፣ የታደስ የንግድ ፈቃድ፣ የግብር ከፋይ መለያ ቁጥር ፣ የቫት ተመዝጋቢ፣ የሙያ ፍቃድ ያለውና የታደሰ፡፡
  2. ተጫራቾች ደረጃ 9 እና ከዚያ በላይ የጠቅላላ ሥራ ተቋራጭ እና ለስትሬት ላይት ሜንቴናስ የኤሌክትሮ መካኒካል ጠ/ስ/ተቋራጭ ፍቃድ ማቅረብ አለባቸው፡፡
  3. ተጫራቾች በበጀት ዓመቱ አዲስ ፍቃድ ካላወጡ በስተቀር ማንኛውም ተጫራች የመልካም ሥራ አፈፃፀም መረጃ ማቅረብ አለባቸው::
  4. ተጫራቾች ለሚጫረቱበት ጨረታ ለእያንዳንዱ ለድሬኔጅ ሎት 1 ብር 10,830 ፤ ሎት 3 ብር 12,218፣ ለግራብል ሮድ ግንባታ ሎት 2. 12,013 ብር ፣ የሜንቴናስ ግንባታ ሎት 4 ብር 13,500፣ ሎት 8. 7,312 ብር ሎት 9 3,750 ብር፣ ሎት 10. 6,000 ብር ዋስትና በባንክ የተረጋገጠ ሲፒኦ፤ በጥሬ ገንዘብ በመ/ቤቱ በመሂ፡ የተቆረጠ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በባንክ የተረጋገጠ ሌተር ኦፍ ክሬዲት ወይም በቴክኒክና ሙያ ጽ/ቤት የድጋፍ ደብዳቤ ሆኖ መረጃውን ከኦርጂናል ፖስታው ውስጥ አስገብተው የጨረታ ማስከበሪያ ዋስትና ማስያዝ አለባቸው::
  5.  የመጫረቻ ሰነዱ ፀንቶ የሚቆይበት ጊዜ 60 የሥራ ቀናት ፀንቶ ይቆያል፡፡
  6. ጨረታ መዝጊያው ጊዜ ከተጠናቀቀ በኋላ ተጫራቾች ባቀረቡት የመወዳደሪያ ሃሳብ ላይ ለውጥ ወይም ማሻሻያ ማድረግና ከጨረታው ራሳቸውን ማግለል አይቻልም፡፡
  7. በማህበር ተደራጅተው ለሚወዳደሩ በጨረታው እንዲወዳደሩ የሚገልጽ የድጋፍ ደብዳቤ በአደራጃቸው ተቋም ማምጣት አለባቸው፡፡
  8. የጨረታ ሰነዱን ቢሮ ቁጥር 13 ከ3/13/2012 ዓ.ም እስከ 18/01/2013 ዓ.ም እስከ ቀኑ 11፡30 ሰዓት ድረስ የጨረታ ሰነዱን በብር 100 (አንድ መቶ ብር) መግዛት ይቻላል፡፡ እንዲሁም ከቴክ/ሙያ/ኢንተር/ል/ጽ/ ቤት ተደራጅተው ለሚመጡ በነፃ የሚሰጥ መሆኑን ፡፡
  9. የጨረታ ሰነዱን ቢሮ ቁጥር 13 እስከ 19/01/2013 ዓ.ም እስከ ረፋዱ 4፡00 ሰዓት ድረስ ወይም ከዚያ በፊት አንድ ኦርጅናል እና አንድ ፎቶ ኮፒ በታሸገ ፖስታ ከጨረታ ሳጥኑ ማስገባት ይኖርባቸዋል፡፡
  10. ጨረታው ቢሮ ቁጥር 13 በተገለጸው ቦታ በ19/1/2013 ዓ.ም ከጠዋቱ 4፡00 ሰዓት ታሽጎ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት 4፡30 ሰዓት ይከፈታል፡፡
  11. ተጫራቾች የሚያቀርቡት መወዳደሪያ ሃሳብ ወይም ጨረታ ሰነዱን ፊርማና ማህተም በማድረግ በፖስታ ታሽጎ አንድ ወጥ የሆነ ኦርጂናልና ፎቶ ኮፒ ማቅረብ አለባቸው፡፡
  12. ስለጨረታው አጠቃላይ መረጃዎች ከጨረታ ሰነዱ መመልከት ይችላሉ፡፡
  13. ጨረታው ከተዘጋ በኋላ የሚቀርብ የመጫረቻ ሰነድ ተቀባይነት የለውም፡፡
  14.  ስለ ጨረታው ተጨማሪ ማብራሪያ ካለ በጽ/ቤቱ የውስጥ ሰሌዳ የምናሳውቅ መሆኑ፡፡
  15. ስለ ጨረታው ተጨማሪ ማብራሪያ በስልክ ቁጥር፡– 058 117 0033/0581171208 በመደወል መጠየቅ ይቻላል፡፡
  16. መስሪያ ቤቱ ጨረታውን በከፊል ወይም ሙሉ ሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡

የደባርቅ ከተማ አስተዳደር ከተማ ልማት፤

ቤቶችና ኮንስትራክሽን /ጽ/ቤት

የአምቢሲ 1ኛ ደረጃ ት/ቤት የመማሪያ ክላስ ግንባታ…

Published on:Be’kur ( ጳጉሜ 2፣ 2012 ) /Place of Bid Competitions:አማራ ብሄራዊ ክልላዊ መንግስት ሰከላ ወረዳ

Remaining Time for Bid Submission

ግልፅ የጨረታ ማስታወቂያ

በአማራ ብሄራዊ ክልላዊ መንግስት በምዕ/ጐጃም ዞን ገንዘብና ኢኮኖሚ ትብ/ መምሪያ የሰከላ ወረዳ ገ/ኢ/ት/ጽ/ቤት የግዥና ንብረት አስተዳደር ቡድን ለሰከላ ወረዳ ትምህርት ጽ/ቤት ከአልማ በተገኘ የበጀት ድጋፍ አማካኝነት

  • ሎት1 የከበሳ ሃይስኩል የቢሮ አስተዳዳር ግንባታ ለማስጨረስ
  • ሎት2 የአባግስ ሃይስኩል የቢሮ አስተዳዳር ግንባታ ለማስጨረስ
  • ሎት3 የአምቢሲ 1ኛ ደረጃ ት/ቤት የመማሪያ ክላስ ግንባታ በግልጽ ጨረታ አወዳድሮ ለማስገንባት ይፈልጋል ፡፡

ስለዚህ የሚከተሉትን መስፈርቶችን የሚያሟሉ ተጫራቾች መወዳደር የሚችሉ መሆኑን ይጋብዛል፡፡

  1. በዘርፉ የታደሰ ህጋዊ የንግድ ስራ ፈቃድ ያላቸው፣
  2. የዘመኑን ግብር የከፈሉ ለመሆናቸው ማስረጃ ማቅረብ የሚችሉ
  3. የግብር ከፋይ መለያ ቁጥር /ቲን/ ያላቸው፣
  4. ተጫራቾች ደረጃ 9 እና በላይ መሆን አለባቸዉ
  5. የግዥው መጠን ከብር 200 ሺህ በላይ ከሆነ የተጨማሪ እሴት ታክስ (ቫት) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ መሆን ይኖርባቸዋል፡፡
  6. ተጫራቾች በጨረታ ለመሳተፍ ከላይ ከተራ ቁጥር 1-5 የተጠቀሱትን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዶቻቸው ጋር አያይዘው ማቅረብ አለባቸው፡፡
  7. የሚገነቡ የሰራ ዝርዝሮችን መግለጫ /ስፔስፊኬሽን /ከጨረታ ሰነዱ ማግኘት ይችላሉ ፡፡
  8. ተጫራቾች የጨረታ ሰነዱን የማይመለስ ብር 50/አምሳ ብር ብቻ / በመክፈል ከግዥና ንብረት አስተዳደር ቡድን ክፍል ከጳጉሜ 02/2012 እስከ መስከረም 17/2013 ዓ/ም 11፡30 ድረስ ብቻ ቢሮ ቁጥር 04 መግዛት ይችላሉ
  9. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና ወይም ቢድ ቦንድ ለሚወዳደሩበት(የሞሉትን) ዋጋ 1.5 በመቶ በባንክ በተረጋገጠ የክፍያ ትዕዛዝ (ሲፒኦ) ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በጥሬ ገንዘብ እና በኢ/ዝ የተደራጁ ከሆነ በጨረታ በወጣበት ጊዜ ዉስጥ የተጻፈ የድጋፍ ደብዳቤ ማስያዝ አለባቸው ፡፡
  10. ማንኛውም ተጫራች የጨረታ ሃሣቡን በአንድ ወይም በአንድ ወጥ በሆኑ ሁለት ቅጂዎች ማለትም ዋናና ቅጅ በማለት በጥንቃቄ በታሸገ ፖስታ በሰከላ ወረዳ ገ/ኢ/ት/ጽ/ቤት በግዥና ንብረት አስተዳድር ቡድን ወይም ቢሮ ቁጥር 04 በተዘጋጀው የጨረታ ሳጥን ዘወትር በስራ ሰዓት እስከ መስከረም 18/ 2013 ዓ/ም 4፡00 ድረስ ማስገባት ይኖርባቸዋል፡፡ ጨረታው ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በግዥ ክፍል በቢሮ ቁጥር 04 መስከረም 18/ 2013 ዓ/ም በ4፡10 ይከፈታል
  11. አሸናፊ የሚለየዉ በጠቅላላ ድምር ዝቅተኛ ዋጋ ሆኖ የስራ ዝራዝሩን አስተካክሎ መሙላትና የሁሉንም የነጠላ ዋጋ ያልሞላ በጫራታዉ ወድቅ ይሆናል፡፡
  12. አሸናፊ በተገለጸ ከአምስት(5) ተከታታይ የስራ ቀናት በኋላ ባሉት አምስት(5) ተከታታይ ቀናት ዉስጥ ያሸነፉበትን የጨረታ ማስከበሪያ 10 በመቶ በሰከላ ወረዳ ገ/ኢ/ት/ጽ/ቤት ስም በባንክ በተረጋገጠ ስፒኦ በማሲያዝ ዉል መዉሰድ አለባቸዉ በተባለዉ ቀን የማይመጣ ተጫራች የጨረታ ማስከበሪያ የምንወረስ መሆኑን እንገልጻለን፡፡
  13. መ/ቤቱ የተሸለ አማራጭ ካገኘ ጨረታውን በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው ፡፡
  14. በጨረታ ማስታወቂያዉ ያልተካተተ በግዥ መመሪያ የምንገዛ ይሆናል
  15. በጨረታው መሳተፍ የሚፈልጉ ስለ ጨረታው ዝርዝር መረጃ ከፈለጉ ቢሮ ቁጥር 04 ድረስ በአካል በመገኘት ወይም በፋክስ ቁጥር 0582590442 በመላክ ወይም በስልክ 0582590009/6 በመደወል ማግኘት ይችላሉ ፡፡

የሰከላ ወረዳ ገ/ኢ/ት/ጽ/ቤት

Construction of 176 Public/Communal/Schooll Health Toilets in different Sub cities and Water Catchment Areas of Addis Ababa

Published on:Ethiopian Herald ( Sep 5, 2020 ) /Place of Bid Competitions:Addis Ababa 

Remaining Time for Bid Submission

INVITATION BIDS (Specific Procurement Notice) 

contry: Federal :Democratlc Republic of Ethiopia 

Name of the Project: Seeond Urban Water Supply and Sanitation Project • 

Credit No; 60070 

Contract Title: Procurement for the Construction of 176 Public/Communal/Schooll Health Toilets in different Sub cities and Water Catchment Areas of Addis Ababa 

Reference No: ET-AAWSA-lS0353-CW-RFB

 The Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Second Urban Water Supply and Sanitation and intends to apply part of the proceeds toward payments under the contract Procurement for the Construction of l76 Public and communal Latrines in different locations of Addis Ababa and the surrounding  water supply catchment areas of the city. 

The Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division (AAWSA-WSIDD) now invites sealed bids from eligible bidders Procurement for the Construction of 176 Public and Communal Latrines in different locations of Addis Ababa and the surrounding water supply catchments of the city. The Identification umber of Lot and Detail Description of Work for each lot are described in Table below: 

Cont.NoLotsDescription of Works
ET-AAWSA- 150353- CW-RFBLot I Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Addis ketema, Kerkos , Arada and Gulalle Sub cities of Addis Ababa.
Lot IIProcurement of 4 communal, 4 public school and 3 public health institutions Latrines in Addis ketema, Kerkos , Arada , Yeka,. ~ Kolfe Keranyo Sub cities of Addis Ababa.
Lot IIIProcurement of 4 communal, 4 public school and 3 public health institutions Latrines in Arada, Kerkos , Yeka,. Sub cities of Addis Ababa.
Lot IVProcurement of 4 communal, 4 public school and 3 public health institutions Latrines in Arada, Kerkos , Lideta,. Sub cities of Addis Ababa
Lot V Procurement of 3 communal, 3 public health 3 institutions Latrines in Addis Ketema, Kerkos , Yeka Sub cities of Addis Ababa
Lot VI Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Bole,Arada , Yeka,Nifasilk Sub cities of  Addis Ababa
Lot VIIProcurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada , Yeka,Gulele Sub cities of Addis Ababa
Lot VIllProcurement of 3 communal, 2 public school and 6 public health institutions Latrines in Arada, Yeka,Akaki Kality,Kolfe Keranyo Sub cities of Addis Ababa
LotlXProcurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada , Gulele,Akaki Kality.Nifas-Silk Sub cities of Addis Ababa
Lot XProcurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada ,GuIele. Bole,Kolfe-Keranyo,n ifas- Silk Sub cities of Addis Ababa
Lot XIProcurement of 3 communal, 4 public school and 4 public school institutions Latrines in Arada ,GuIele. Akaki Kality.kirkos kolfe keranyo Sub cities of Addis Ababa
Lot XIIProcurement of2 communal, 2 public school and 7 public health institutions Latrines in Arada , Kirkos,Lideta,Nifas-Silk,Kirkos Sub cities of Addis Ababa and Legedadi water catchment area
Lot XIIIProcurement of 7 Public area, 4 public school Latrines in Legedadi Tafo,Sundafa,Chancho, water catchment areas of Addis Ababa
Lot XIVProcurement of 6 Public area, 3 public school and 2 public institution Latrines in Akaki and Gelan water catchment areas of Addis Ababa
Lot XVProcurement of 7 Public area, 4 public school Latrines in Sebeta,Burayu and Dukem, water catchment areas of Addis Ababa
Lot XVIProcurement of 6 Public area, 2 public school and 3 public health institution Latrines in Berek and Sululta water catchment areas of Addis Ababa

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): (i) Must have successfully completed at least one (1) contract having a value of ETB 11,000,000 (Eleven Million Birr) Per Each lot, with a similar size, nature and complexity during the last 3 (Three Years) supported with the names of the clients, types and value of the contract, (ii) 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 cash flow requirement of ETB 2,750,000 (ETB Two Million Seven Hundred Fifty Birr) Per each lot, (iii) The audited Financial Statement or, other financial statement acceptable to the Employer for the last three Years shall be submitted and must demonstrate the current soundness of the bidder’s financial position and indicate its prospective long term profitability, and (iv) Minimum Average Annual Turnover of ETB 20,625,060 (USD Twenty Million Six Hundred Twenty Five Thousand» Per each lot calculated as average of total certified payments received for contracts in Progress and/or completed within the last three years. Margin of preference shall not be applied for the bidders. . 

Bidding will be conducted throughtheN ational Competitive Biddingprocedures as specified in the World Bank’s Guidelines.Procurement of Goods, Works and Non-Consulting Services Under IBRD Loans and IDA Credits & Grants by World Bank Borrowers ,January 2011,Revised July 2014 (‘(procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict ofinterest. 

Interested eligible bidders may obtain further information from Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Division,Procurement Department, and inspect the bidding documents from 8:30 am -12:30 pm in the morning and 1:30 pm to 5:30 pm in the afternoon at the address given below . 

A complete set of bidding documents in English Language may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of ETB 500.00 (Five Hundred Ethiopian Birr). The method of payment will be direct cash payment to counter cashier at the Water and Sanitation Infrastructure Division office. 

Bids must be delivered to the address below on or before 06 October 2020, 2:00 PM. 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 06 October 2020 at 2:30 PM All bids must be accompanied by Security of ETB 30,000 (Thirty Thousand Birr) /Per Lot in the form of CPO or Bank Guarantee that is Valid for at least 148 days. 

The address referred to above is: 

AAWSA, Water and Sanitation Infrastructures Development Division 

Attention: Mrs. MestawotAbebe, Head of Procurement Department 

Address: Lideta Kifle Ketema Wereda 04 arciun!l Lideta Condominium, 

on the Left Side of LidetaMenafesha, Floor/ Room number: 1st floor 

P.O. Box: 1436 

Telephone: +251 -1l8291312lFacsimile number: +251116623924 

E-mail: kiyake21@gmail.com  andaawsaadamu@gmail.com   

City: Addis Ababa 

Country : Ethiopia 

የጉጉፍቱ አንደኛ ደረጃ ትምህርት ቤት G+1 አንድ ብሎክ አስር የመማሪያ ክፍል…

Published on:Addis Zemen ( ነሐሴ 28፣ 2012 ) /Place of Bid Competitions:ደሴ ዙሪያ

Remaining Time for Bid Submission

ግልጽ ጨረታ ማስታወቂያ 

በአ.ብ.ክ.መ በደቡብ ወሎ ዞን የደሴ ዙሪያ ወረዳ ገ/ኢ/ት/ጽ/ቤት ለደሴ ዙሪያ ወረዳ ትምህርት ጽ/ቤት በአልማ በጀት የጉጉፍቱ አንደኛ ደረጃ ትምህርት ቤት G+1 አንድ ብሎክ አስር የመማሪያ ክፍል እና ለገታራ አንደኛ ደረጃ ትምህርት ቤት G+0 አንድ ብሎክ አራት የመማሪያ ክፍል በግልጽ ጨረታ አወዳድሮ ማስገንባት ይፈልጋል። 

በዚህም መሠረት፡

  1. የግንባታ የሥራ ፈቃድ ያለው 
  2. ተጫራቾች ለጉጉፍቱ ት/ቤት ደረጃ7 እና ከዚያ በላይ እና ለገታራ ት/ቤት ደረጃ9 እና ከዚያ በላይ ፈቃድ ያላቸው። 
  3. በግንባታ ከ2012 ዓ.ም በፊት የወጣ ፈቃድ ከሆነ የመልካም ሥራ አፈጻጸም መረጃ ማቅረብ የሚገባቸው ሲሆን አዲስ ፈቃድ ያወጡ ከሆነ ግን ማቅረብ አይጠበቅባቸውም። 
  4. የቫት ተመዝጋቢ የሆነ 
  5. የዘመኑን ግብር የከፈለ 
  6. በዘርፉ ሕጋዊ ንግድ ፈቃድ ያለው
  7. የግብር ከፋይ መለያ ቁጥር (ቲን ነምበር ማቅረብ የሚችል 
  8. ተጫራቾች ከተራ ቁጥር 1 እስከ 7 የተጠቀሱትን ማስረጃዎች ኦርጅናል ፎቶ ኮፒ በመለየት ከጨረታ ሰነድ ጋር አያይዞ ማቅረብ አለባቸው። 
  9. ተጫራቾች የጨረታውን ሰነድ ከወሰዱ በኋላ ዋጋውን ሞልተው ሲያስገቡ ኦርጅናልና ኮፒ በመለየት ማስገባት ይኖርባቸዋል። 
  10. የጨረታውን ሰነድ ከደሴ ዙ/ወ/ገ/ኢ/ት/ጽ/ቤት ቢሮ ቁጥር 3 በመምጣት አንድ መቶ ብር (100) በመክፈል መግዛት ይችላሉ:: 
  11.  ጨረታው ከ29/2/2012 ዓ.ም እስከ 14/1/2013 ዓ.ም ድረስ በአየር ላይ ይውላል። 
  12. ጨረታው በ15/1/2013 ዓ.ም 3፡30 ሰዓት ታሽጎ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው ቢገኙም ባይገኙም 4፡00 ሰዓት ይከፈታል። 
  13.  ተጫራቾች ለሚሰሩበት ከአቅርቡት ጠቅላላ ዋጋ 2% በጥሬ ገንዘብ፣ በባንክ የተረጋገጠ ሲፒኦና ቢድቦንድ ማስያዝ ይኖርባቸዋል።
  14. የጨረታ ዋጋ ማቅረቢያ ሰነዶች ላይ ስርዝ ድልዝ መኖር የለበትም የተሰረዘ ካለ በፊርማ መረጋገጥ ይኖርበታል:: 
  15. ጽ/ቤቱ የተሻለ ዘዴ ካገኘ ጨረታውን በከፊልም ሆነ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው። 

ደሴ ዙሪያ ወረዳ ገ/ኢ/ል/ጽ/ቤት 

የውሃ ማፋሰሻ ዲችና መሸጋገሪያ ሶሌታ ግንባታ ስራ

Published on: Addis Zemen ( ነሐሴ 28፣ 2012 ) /Place of Bid Competitions:በምዕራብ ጎንደር ዞን የገንደውሃ ከተማ 

Remaining Time for Bid Submission

ግልጽ ጨረታ ማስታወቂያ 

በምዕራብ ጎንደር ዞን የገንደውሃ ከተማ እስ/ገን/ኢ/ት/ጽ/ቤት ግዥ ፋይ/ ንብ/አስ/ቡድን በUIIDP በጀት የገ/ወሃ ከተማ አስ/ቤቶ/ን/አገ/ጽ/ቤት ለሚያሰራው የውሃ ማፋሰሻ ዲችና መሸጋገሪያ ሶሌታ ግንባታ ስራ፡

  • GENDEWUHA IDP/ CW-07/20/21 ሎት 1 ቀበሌ 01 ቀጣና 02 ከአባ ጁዋር ቤት እስከ ከበሩ ቤት ድረስ ከአንድ ሶሌታ መሽጋገሪያ ጋር የውሃ ማፋሰሻ ዲች ርዝመት 135 ሜትር ስፋት 2.4 ሜትር፣ ጥልቀት 0.9 ሜትር
  • GENDEWA IDP ፡/CW-07/20/21 ሎት 4 ቀበሌ 01 ቀጣና 03 ከኣቸራ ተራ እስከ ግርማይ አለሙ ቤት ድረስ ከእራት መሸጋገሪያ ሶሌታጋር የውሃ ማፋሰሻ ዲች ርዝመት 3፡3 ሜትር ስፋት 2.4 ሜትር ጥልቀት 0.9 ሜትር
  • GENDEWHA CP:/08/20/21 ሎት 5 ቀበሌ 01 ቀጣና 03 ከማለደ ቤት እስከ ግርማይ ቤት ድረስ ከሁለት መሸጋገሪያ ድልድይ ጋር የውሃ ማፋሰሻ ዲች ርዝመት 365 ሜትር ስፋት 2.4 ሜትር ጥልቀት 0.9 ሜትር 
  • package no GENDEWUHA CIP:/08/2020/2021 ሎት 10 ቀበሌ 02 ቀጣና 08 ከጥረት መገንጠያ እስከ አቢያት መጋዝን ርዝመት 150 ሜትር ስፋት 2.4 ሜትር፣ ጥልቀት 0.9 ሜትር GENDEWUHA CP:/08/20/21 ሎት 1 ቀበሌ 02 ቀጣና 08
  • ከአቢያት መጋዝን እስከ ቃላብ መጋዘን መጨረሻ ነባሩ ዲች ድረስ ከአንድ ሶሌታ መሸጋገሪያ ጋር የውሃ ማፋሰሻ ዲች ርዝመት 145 ሜትር ስፋት 2.4 ሜትር፣ ጥልቀት 0.9 ሜትር በGC ደረጃ 9፣ 8 እና 7፣ በCP በጀት የውሃ ማፋሰሻ ዲችና መሽጋገሪያ ሶሌታ ግንባታ በላይ የግንባታ ፈቃድ ካላቸው ተጫራቾች መካከል በግልጽ ጨረታ አወዳድሮ ማሰራት ይፈልጋል፡፡ ስለሆነም፡.
  1. በዘመኑ የታደስ ህጋዊ የንግድ ስራ ፈቃድ እና የግብር ከፋይ መለያ ቁጥር (Tin number) ያላቸው ፣ 
  2. የግዥው መጠን ከብር 50,000 (ሃምሳ ሺህ ብር) እና ከዚያ በላይ የሆነ የተጨማሪ እሴት ታክስ (vat) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ፣
  3. ተጫራቾች የታደሰ የግንባታ ብቃት ማረጋገጫ የምዝገባ የምስክር ወረቀት ማቅረብ የሚችሉ፣
  4. . ተጫራቾች ከተራ ቁጥር 1-3 ድረስ የተዘረዘሩትን የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ በማድረግ ከመጫረቻ ሰነዶቻቸው ጋር አያይዘው ማቅረብ አለባቸው፡፡ 
  5. የጨረታውን ዝርዝር መግለጫ ከጨረታ ሰነዱ ማግኘት ይችላሉ፡፡
  6. በጥቃቅን የተደራጁ ተጫራቾች የልዩ አስተያየት ተጠቃሚ የሚያደርጋቸውን ወቅታዊ የሆነና ለጽ/ቤት በአድራሻ የተፃፈ ማስረጃ ማያያዝ አለባቸው፡፡ 
  7. ተጫራቶች ለእያንዳንዱ ሎት የማይመለስ 100 ብር (አንድ መቶ ብር) ከፍለው ከገ/ውሃ ከተማ አስ/ገን/ኢ/ትብ/ጽ/ቤት በግዥ/ፋይ/ን/አስ/ ቡድን ቢሮ ቁጥር 02 የጨረታ ሰነድ መግዛት ይችላሉ፡፡የጨረታ ሰነድ ለመግዛት ወይም ለመውሰድ ሲመጡ ተራ ቁጥር 1፣ 2 እና 3 የተዘረዘሩትን ማስረጃዎች ኮፒ አድርጋችሁ መምጣት አለባችሁ፡፡ 
  8. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና ለሎት 1 ብር 10,000 (አስር ሺህ ብር)፣ለሎት 4 ብር 22,000 (ሃያ ሁለት ሺህ ብር)፣ ለሎት 5 ብር 19,000 (አስራ ዘጠኝ ሺህ ብር)፣ ለሎት 10 ብር 9000 (ዘጠኝ ሺህ ብር)ለሎት 1 ብር 10,000 (አስር ሺህ ብር)፣ በባንክ የተረጋገጠ የክፍያ ትዕዛዝ ሲፒኦ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በጥሬ ገንዘብ ማስያዝ አለባቸው፡፡በጥሬ ገንዘብ የሚያሲዙ ተጫራቶች በመስሪያ ቤቱ የገቢ መሰብሰቢያ ደረሰኝ በማስቆረጥና ደረሰኙን ኮፒ በማድረግ ከመጫረቻ ሰነዳቸው ጋር ማቅረብ አለባቸው፡፡
  9. ተጫራቾች የጨረታ ሀሳባቸውን በጥንቃቄ በታሸገ ፖስታ በማድረግ ስምና አድራሻ በመፃፍ ፊርማና ማህተም በማድረግ እንዲሁም ፖስታው ላይ የሚወዳደሩበትን የግንባታ አይነትና ሎት በመፃፍ በገንዳ ውሃ ከተማ አስ/ገን/ኢ/ትብ/ጽ/ቤት በግዥ/ፋይ/ን/አስ/ቡድን ቢሮ ቁጥር 02 ለጨረታ ከተዘጋጀው የጨረታ ሳጥን ውስጥ ማስገባት አለባቸው፡፡
  10. ተጫራቶች ጨረታው በጋዜጣ ከወጣበት ቀን ጀምሮ ለተከታታይ 21 ቀናት ሆኖ በ22ኛው ቀን እስከ ጠዋቱ 4፡00 ድረስ የመጫረቻ ሰነዳቸውን ከተዘጋጀው የጨረታ ሳጥን ማስገባት አለባቸው፡፡ ጨረታው በ22ኛው ቀን ከጠዋቱ 4፡00 ታሽጎ 4፡30 ላይ ተጫራቶች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በገ/ውሃ ከተማ አስ/ገን/ኢ/ ትብ/ጽ/ቤት ቢሮ ቁጥር 02 ይከፈታል፡፡ 
  11.  የጨረታ መክፈቻ ቀኑ ቅዳሜ እሁድ ወይም የህዝብ በዓል ቀን ከሆነ በቀጣዩ የስራ ቀን በተመሳሳይ ሰዓት ይከፈታል፡፡ 
  12. ስለጨረታው ዝርዝር ሁኔታ ለመጠየቅ ከፈለጉ በስልክ ቁጥር 0583310566 ወይም በአካል ቢሮ ቁጥር 02 በመምጣት መጠየቅ ይችላሉ፡፡
  13. . በተጨማሪ በአብክመ የግዥ መመሪያ ቁጥር 1/2003 መሰረት ተፈፃሚ ይሆናል፡፡ 
  14. መ/ቤቱ የተሻለ አማራጭ ካገኘ ሙሉ በሙሉ ወይም በከፊል ጨረታውን የመሰረዝ መብቱ የተጠበቀ ነው፡፡ 

በምዕራብ ጎንደር ዞን የገንደውሃ ከተማ 

አስ/ገ/ኢ/ትብ/ጽ/ቤት ግዥ ፋይ/ንብ/አስ/ቡድን 

የድጋፍ ግንብ (Retaining wail) ፕሮጀከት ማሠራት…

Published on: Addis Zemen ( ነሐሴ 26፣ 2012 ) /Place of Bid Competitions:ደሴ ከተማ

Remaining Time for Bid Submission

የግልጽ ጨረታ ማስታወቂያ 

የፓኬጅ ቁጥር፡- UIIDP AMH/DE/CW14/2013 

በአማራ ብሔራዊ ክልላዊ መንግስት የደሴ ከተማ አስተዳደር ከዓለም አቀፍ ለጋሽ ድርጅቶች፣ ከክልሉ እና ከከተማው መቀናጆ በጀት በመጠቀም በ2013 በጀት ዓመት UIIDP ፕሮጀከት የድጋፍ ግንብ (Retaining wail) ፕሮጀከት ማሠራት ይፈልጋል፡፡ ስለዚህ የሚከተሉትን መስፈርቶች የምታሟሉ ተጫራቾች መወዳደር የምትችሉ መሆኑን ይጋብዛል፡፡ 

  1. በዘመኑ የታደሰ ሕጋዊ የጠቅላላ ሥራ ተቋራጭነት GC-7 እና በላይ ንግድ ፈቃድ ያለው/ላት፤ 
  2. የግብር ከፋይ መለያ ቁጥር (TIN) ያላቸው ፣ 
  3. የተጨማሪ እሴት ታክስ (VAT) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ ፤ 
  4. ተጫራቶች በጨረታ ለመሳተፍ ከላይ ከተቁ 2 እስከ 4 የተጠቀሱትንና የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዶቻቸው ጋር እያይዘው ማቅረብ አለባቸው። 
  5. ተጫራች የጨረታ ሰነዱን የማይመለስ ብር 200.00 (ሁለት መቶ ብር ብቻ በመከፈል መውሰድ የሚችሉ ሲሆን ከ 26/12/2012 እስከ 20/01/2013 ዓም ከግዥና ፋይናንስ ቡድን የግዥ ኦፊሰሮች ቢሮ ቁጥር 6 ማግኘት ይችላሉ፡፡ 
  6. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና (ቢድ ቦንድ) ለሚወዳደሩበት 100,000.00 (አንድ መቶ ሺህ ብር ብቻ) በባንክ በተረጋገጠ የክፍያ ትእዛዝ (ሲፒአ) ወይም በሁኔታ ላይ ያልተመሠረተ የባንክ ዋስትና ማስያዝ አለባቸው 
  7. ተጫራቾች በጥቃቅንና አነስተኛ በተደራጁ ወጣቶች የሚሰሩ ስራዎችን ከጠቅላላ ስራው 10 በመቶ ኣውት ሶርስ እና ሰብኮንትራት ሰጥተው ለማሰራት ፈቃደኛ መሆናቸውን በደብዳቤ ሙግለጽ ይጠበቅባቸዋል። ፈቃደኛነቱ በደብዳቤ ያልገለጸ ተጫራች ከጨረታ ውድድር ውጭ ይደረጋል፡፡ 
  8. ማንኛውም ተጫራች የጨረታ ሀሳቡን ዋናና ቅጅ በማለት በጥንቃቄ በታሸገ ፖስታ የደሴ ከተማ አስተዳደር ከተማ ልማትና ኮንስትራክሽን መምሪያ በግዥና ፋይናንስ ቡድን የግዥ ኦፊሰሮች ቢሮ ቁጥር 6 በተዘጋጀው የጨረታ ሳጥን ዘወትር በሥራ ሰዓት እስከ 21/01/2013 ዓም 4፡00 ሰዓት ድረስ ማስገባት ይኖርባቸዋል፡፡ ጨረታው በዚሁ ሰዓት ይታሸጋል፡፡ 
  9. ጨረታው ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት በግዥና ፋይናንስ ቡድን የግዥ ኦፊሰሮች ቢሮ ቁጥር 6 በ 21/01/2013 ዓ.ም በ 4፡30 ሰዓት ይከፈታል፡፡ ተጫራቾች ጨረታው ሲከፈት ከላይ ከተቁ 2 እስከ 4 የተጠቀሱትን ማስረጃዎች ዋናውን ማቅረብ ይኖርባቸዋል፡፡ 
  10. መስሪያ ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው። 
  11. በጨረታው ለመሳተፍ የሚፈልጉ ስለጨረታው ዝርዝር መረጃ ከፈለጉ በግዥና ፋይናንስ ቡድን ቢሮ ቁጥር 6 ድረስ በአካል በመገኘት ወይም በስልክ ቁጥር 0331116130 ወይም 0331124913 በመደወል ማግኘት ይችላሉ፡፡ 

የደሴ ከተማ አስተዳደር ከተማ ልማትና 

ኮንስትራክሽን መምሪያ 

Construction of Gymnasium, Septic Tank, Watch Tower,

Published on: The Reporter ( Aug 29, 2020 ) /Place of Bid Competitions:ADDIS ABABA

Remaining Time for Bid Submission

TENDER NOTICE

The Office of the United Nations High Commissioner for Refugees (UNHCR), Representation Office in Ethiopia, Addis Ababa, invites qualified and registered Contractors / Suppliers to participate in the following tenders;

 TENDER SUBJECTCLOSING DATE
1REQUEST FOR PROPOSAL Construction of Gymnasium, Septic Tank, Watch Tower, Walkways and Boundary Wall Works, Sewer and Water Line at the UNHCR Compound Field Office Dimma, in Gambella RFP/HCR/SOG/SUP/2020/0021 October 2020
2REQUEST FOR PROPOSAL – Construction of phase 1 of Gure Shombolla Health Centre, in Asossa – RFP/HCR/AA/2020/0031 October 2020

Interested Companies are invited to collect the tender documents from the UNHCR Country office in Ethiopia, Addis Ababa, at the following address:

1. UNHCR Representation in Ethiopia,

Supply Unit, Addis Ababa

Bole road near to Ramada Hotel.

Working hours: Monday to Thursday from 09:00 – 12:00 and 14:00 – 16:00

Friday from 09:00 – 14:00

Collection period: Effective from 31 August 2020

Closing date is stated in each individual tender document.

Company Representative(s) collecting the tender documents will be required to provide a proof of affiliation with the company and provide contact details. An official company stamp is also required.

Offers must be hand delivered in a sealed envelope and deposited in the tender box located at UNHCR Branch office, Bole road near to

Ramada Hotel – Addis Ababa.

Late offers will not be considered.

NHCR

SUPPLY UNIT

ADDIS ABABA, ETHIOPIA

1.CONSTRUCTION WORKS OF SHAMBU-AGEMSA ROAD UPGRADING PROJECT

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 NoQualification CritereaMinimum Requirement 
1Annual construction turn overUSD 50.0 Million Average Construction Turnover) 
2Liquid Asset/Cash Flow requirementUSD 10.0 Million 
3General Construction projectExperience  10 Years firm Experience in Construction 
4Specific 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) 
5Specific Construction projectExperience In Key Activities    Item no Item Description Unit Quantity
 Earthwork cut & borrow to fill cut to spoil common and intermediate Rock excavation M3/Year 1,100,000.00
 Crushed Sub base M3/Year75,000.00 
Crushed Stone Base  M3/Year70,000.00 
4Asphalt Concrete AC surface dressingM2/Year280,000.00

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. 

Tel. No. +251-11-515 10 871 515-04-19 

Fax No. (251 11) 551-48-66/554 44 34 

Ethiopian Roads Authority

You cannot copy content of this page