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;
A renewed trade license for the sector
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.
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.
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)
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
A complete set of bidding document may be purchased at Mettu University procurement Directorate
Project Lot
Project 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/001/2013
50,000 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/001/2013
50,000 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.
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
From kebele 03 Water Resvior ፓኬጅ ቁጥርAMH/INJEBARA/ CIP/ CW 05/20/2021 ሎት1 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
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
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
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
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 ፡፡
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
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.
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.
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.
Bidding will be conducted through National Competitive Bidding (NCB) as per procedures specified in the tender document and pertinent procurement proclamation, directive, and guidelines.
. 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.
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).
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’.
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.
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.
Adama Science and Technology University reserves the right to reject all or part of the bid without giving reason thereof.
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 No
Works to be procured
Financer
Length KM
Contract Delivery
1
Abay Bridge Approch Road and Abay Bridge Lot 2 :Abay Bridge Approach Road)
GOE
4.4
DB
2
Access to Adama industrial park
GOE
3.31
DB
3
Gog-Jore – Akobo Lot: 2 Km 35 – Km 70
GOE
33.4
DBB
4
Seka – Atnago – Alga – Seyo – Shenen – Guder Lot 1; Seka – Atnago – Alga – Seyo
GOE
93
DBB
5
Seka – Atnago – Alge – Seyo – Shenen – Guder Lot 3; Ambo Town and Ambo – Guder Town Road
GOE
20
DB
6
Fik-Segege-Grebo-Denane Lot 1
GOE
90
DBB
7
Fik-Segege-Grebo-Denane Lot 2
GOE
101
DBB
8
Dubiti-Arisa-Adigala-Biyokobob; Contract 2
GOE
78
DB
9
Dubiti-Arisa-Adigala-Biyokobob; Contract 3
GOE
119
DB
10
Zalambesa-Alitena-Marwa-Edegahamus Lot 2: Marwa-Edegahamus
Awash – 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)
GOE
85.41
DBB
85
Addis – Gibe River Road Overlay Project Lot II; Sebeta-Kore
GOE
64
DBB
86
Addis – Gibe River Road Overlay Project; Lot III; Kore – Gibe River
GOE
93
DBB
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
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
Job Creation Commission has plan to procure Works described below at
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.
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.
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
Eligible documents are:-Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN)
Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors.
A complete set of the bidding document in English language may have given to your company for free.
. 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.
. 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.
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
Job Creation Commission has plan to procure Works described below at
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.
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.
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
Eligible documents are: -Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN)
Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors.
A complete set of the bidding document in English language may have given to your company for free.
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.
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.
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
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.No
Lots
Description of Works
ET-AAWSA- 150353- CW-RFB
Lot 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 II
Procurement 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 III
Procurement of 4 communal, 4 public school and 3 public health institutions Latrines in Arada, Kerkos , Yeka,. Sub cities of Addis Ababa.
Lot IV
Procurement 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 VII
Procurement of 3 communal, 4 public school and 4 public health institutions Latrines in Arada , Yeka,Gulele Sub cities of Addis Ababa
Lot VIll
Procurement of 3 communal, 2 public school and 6 public health institutions Latrines in Arada, Yeka,Akaki Kality,Kolfe Keranyo Sub cities of Addis Ababa
LotlX
Procurement 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 X
Procurement 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 XI
Procurement 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 XII
Procurement 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 XIII
Procurement of 7 Public area, 4 public school Latrines in Legedadi Tafo,Sundafa,Chancho, water catchment areas of Addis Ababa
Lot XIV
Procurement of 6 Public area, 3 public school and 2 public institution Latrines in Akaki and Gelan water catchment areas of Addis Ababa
Lot XV
Procurement of 7 Public area, 4 public school Latrines in Sebeta,Burayu and Dukem, water catchment areas of Addis Ababa
Lot XVI
Procurement 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
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 SUBJECT
CLOSING DATE
1
REQUEST 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/2020/002
1 October 2020
2
REQUEST FOR PROPOSAL – Construction of phase 1 of Gure Shombolla Health Centre, in Asossa – RFP/HCR/AA/2020/003
1 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
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.