Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
nvitation for Bids
SIDAMA NATIONAL REGIONAL STATE
WATER AND IRRIGATION DEVELOPMENT BUREAU
WATER SUPPLY AND SANITATION SCHEMES REGIONAL GOVERNMENT
IFB Title – Deep Wells Drilling, Water Supply project
National Competitive Bidding (NCB)
BID NO. SNRSWIDB/CR-Program /DW/01/2020
Sidama National Regional State Water and Irrigation Development Bureau through the government of Ethiopian has received a budget from CR-Program toward the cost of the water supply and Sanitation Project and it intends to apply part of funds to cover eligible payments under the Drilling Deep wells and supply steel casing, Gravel and foam.
The project works deep well Drilling,S/ NoItem DescriptionsWoredaDepth(m)Delivery Place1Desse Kebele-BH-1Loka Abaya200Sidama National Regional State Water & Irrigation Development Bureau, warehouse2SodoSimita Kebele-BH-2Loka Abaya200Sidama National Regional State Water & Irrigation Development Bureau, warehouse
Bids shall be valid for a period of sixty (60) days after Bid opening.
The bid must be accompanied by a bid security of 90,000.00 Birr in the form of a bank guarantee or CPO and shall remain valid for 90 (Ninety) days. Insurance bond is not acceptable.
Bidders must obtain registration for Deep well-drilling category Three (3) with a valid license for the current year.
Qualification requirement includes 1/ ownership and/or existing lease of relevant equipment and machinery (Rig, one Service Car Dewatering pump, Compressor, Submersible pump, and Generator, etc. 2/Specific experiences of at least one project in waterworks construction of similar nature, 31 availability of relevant experience personnel as provided in the bidding document with other additional details.
The Bidding Documents may be purchased by interested bidders on the submission of a written application and copies of necessary renewed licenses with originals at the Sidama National Regional State Water Irrigation Development Bureau, P/F/P/Ad/S/Process, Hawassa and the bidding document at the address given below during working hours (Morning from 8:30 up to 12:30 am Afternoon from 1:30 up to 5:30 pm) and upon payment of a non-refundable fee of Birr 200.00.
Bids must be delivered to the Sidama National Regional State Water & Irrigation Development Bureau, Room number 03 Hawassa, at or before 2:00 pm. on 30 calendar days from the date of this announcement. If the 30th day is not a working day or the date of the National Holiday, the bid submission will be the next working day at the same venue and time,
Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 2:30 P.M. on 30 calendar days from the date of this announcement. If the 30′ day is not a working day or the date of the National Holiday, the bid opening date will be the next working day at the same venue and time at SNRS Regional Water and Irrigation Development Bureau, Hawassa city.
The Sidama National Regional State Water & Irrigation Development Bureau reserves the right to reject all or part of the bid.
Full Address: Sidama National Regional State Water & Irrigation
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids
The East Bale Zone Water and Energy Resource Development Office has secured budget from Oromia Regional State to cover eligible budget fur 2013 E.C for the construction of civil works of Rural Water Supply Projects on boreholes located in Lot-1 Oda Diddibbisa (Kubi Woldaya and Diddimtu)Kebeles of Dawe kachan Woreda , Hallo Choma Kebele Rayitu Woreda and Goro) Raya in Lega Hidha Woreda of Zone Bidding is open to all eligible bidders having a construction license of WWC-4 and above renewed for 2013 E.C and those currently registered with the Ministry of Water, Imgation and Energy and Oromia Water, and Energy Resouce Developmet Bureau (Oromia Construction Authority) and Who have got vat registration certificate & Tax clearance valid during Bid period from Oromia Revenue Bureau or Federal Tax Authority
Bidders has to register to collect “VAT” and copy of VAT certificate, trade license. Tax clearance. Registration certificate and registration in PPAs supplier list certificate must be submitted attached with application
The East Bale Zone Water and Energy Resource Development Office, acting as executing agency for the Project, invites wax sealed bids from eligible bidders for the construction of Civil Works
Bidding documents and additional copies may be purchased at office of Fast Bale zone Water and Energy Resource Office, up on Submission of written application and none refundable fee of Birr 300 (Three Hundred) Starting from day announcement made up to 21 consecutive day and will closed on 22 day( If it is Holyday the next working day) 4:00 local Time at Morning and opened at 4:30 local Time at the same day at Zonal Administration Deputy head office
For further Information East Bale Zone Water and Energy Resource Development Office, Ginnir, Oromía, ETHIOPIA. Mobile Phone 0913978381, 0911773919, 0921694700
Bids shall be valid for a period of One Hundred Twenty (120) days after Bid closing and must be accompanied by Bid security of (2%) of offered price in the form of Bank Guarantee or CPO and must be addressed to East Bale Zone Water and Energy Resource Development Office
The Bidder Have to delivered in Wax seal envelope the original , two copies and CPO or Bank Guarantee of the Bid in four inner envelopes for financial and one outer envelope, duly marking the inner envelopes as ORIGINAL. Copy-1, Copy-2 and CPO or Bank Guarantee and for Technical three envelopes one outer envelope Dully marking the inner as ORIGINAL Technical, Copy-1 and Copy-2.
The Bidder has right to purchase and participate for all projects but has right to win only one project and give other projects chance to the next winning Bidder
Original Documents of trade license & other related document must he present at opening days
Any contractor who has termination History with Bureau, Zonal Offices, and other regional sectors or any other authorized sector and with bad performance (proved) in their past contractual period, the client has full right to reject this contractor during technical evaluation
Any attempt of submission of forged (False) document and /or, indication of financial offers on the quality document shall result in rejection of bid.
The Zonal Office Reserves the right to reject any or all bids
East Bale Zone Water & Energy, Resource office East Bale-Ginner
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids
SIDAMA NATIONAL REGIONAL STATE
WATER AND IRRIGATION DEVELOPMENT BUREAU
WATER SUPPLY AND SANITATION SCHEMES
REGIONAL GOVERNMENT
IFB Title – Deep Wells Drilling, Water Supply project National Competitive Bidding (NCB)
BID No. SNRSWI&DB/Capital /DW/01/2020
1. Sidama National Regional State Water and Irrigation Development Bureau through the government of Ethiopian has received a budget from capital toward the cost of the water supply and Sanitation Project and it intends to apply part of funds to cover eligible payments under the Drilling Deep wells and supply steel casing, Gravel and foam.
2. The project works deep well Drilling,
S/ No
Item Descriptions
Woreda
Qty
Delivery Place
1
Haysa Ber-ha-BH-1
Hawela
1
Sidama National Regional State Water & Irrigation Development Bureau, warehouse
2
Haysa Ber-ha-BH-2
Hawela
1
Sidama National Regional State Water & Irrigation Development Bureau, warehouse
3. Bids shall be valid for a period of sixty (60) days after Bid opening.
4. Bid must be accompanied by a bid security of 100,000.00 Birr in the form of bank guarantee or CPO and shall remain valid for 90 (Ninety) days. Insurance bond is not acceptable.
5. Bidders must obtain registration for Deep well-drilling category Three (3) with a valid license for the current year.
6. Qualification requirements include 1/ ownership and/or existing lease of relevant equipment and machinery (Rig, one Service Car, Dewatering pump, Compressor, Submersible pump, and Generator, etc. 2/Specific experiences of at least one project in waterworks construction of similar nature. 3/ availability of relevant experienced personnel as provided in the bidding document with Other additional details.
7. The Bidding Documents may be purchased by interested bidders on the submission of a written application and copies of necessary renewed licenses with originals at the Sidama National Regional State Water & Irrigation Development Bureau, P/F/P/Ad/S/Process, Hawassa and the bidding document at the address given below during working hours (Morning from 8:30 up to 12:30 am Afternoon from 1:30 up to 5:30 pm) and upon payment of a non-refundable fee of Birr 200.00.
8. Bids must be delivered to the Sidama National Regional State Water & Irrigation Development Bureau, Room number 02 Hawassa, at or before 12:00 a.m. On the 21st day of announcement on the national newspaper on the 21st calendar day from the date of this announcement. If the 21st day is not a working day or the date of the National Holiday, the bid submission will be the next working day at the same Venue and time.
9. Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 2:30 P.M. on 21 calendar days from the date of this announcement. If the 21st day is not a working day or the date of the National Holiday, the bid opening date will be the next working day at the same venue and time at SNRS Regional Water and Irrigation Development Bureau, Hawassa city.
10. The Sidama National Regional State Water & Irrigation Development Bureau reserves the right to reject all or part of the bid.
Full Address: Sidama National Regional State Water & Irrigation Development Bureau
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation to Bid
Procurement Reference Number: HHDGCA/07/13
1. The HPRS Housing Development and Government Construction The agency on behalf of the HPRS Office of the Attorney General now invites sealed bids from eligible and qualified bidders for Attorney General Office Maintenance.
2. Bidding will be conducted through the Selective Competitive Bidding (SCB) method and is open to those bidders as defined in the Bidding Documents. Interested eligible bidders may obtain further information from HPRS Housing Development and Government Construction Agency and inspect the Bidding Documents at the address given below from 8:00 AM 12:30 AM and 2:00 PM to 5:30 PM Working days.
3. Qualifications requirements include:
Valid trade License indicating the stream of business in which the is engaged;
VAT registration certificate issued by the tax authority
A valid tax clearance certificate issued by the tax authority;
Business organization registration certificate or trade license for 2021
Relevant professional practice certificates.
Other documents requested by the Public Body.
4. A complete set of Bidding. Documents in English may be found to those invited interested bidders from the address below upon no payment Eth. Birr 300[Three Hundred]. [The Bidding Documents will be sent by hand.]
5. Bids must be delivered to the address below at or before 9:00 AM on the 22nd day of invitation letter [Late bids will be rejected.]
6. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 9:30 Am on the last bid submission date.
7. All bids must be accompanied by a Bid Security of or an equivalent amount in a freely convertible currency [1% of the total bid price.]
8. The HPRS Housing Development and Government Construction Agency reserves the right to reject any bid and to annul the bidding process and reject all bids at any time prior- to the contract award, without thereby incurring any liability to Bidders.
9. The address referred to above is:
Public Body:
HPRS Housing Development and Government Construction Agency
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids (IFB)
1. The Wolaita zone water, mines, and energy department collaborating with wolayita zone finance and economic development department now invite sealed bids from local or international eligible bidders for the following project construction:
No
Bid No
No Lot
Name of Project
Zone
Woreda
Grade
Project components
1
WZW MED/CHC/02/04/2013/ NCB
Lot-I
Fajelia mai- ci phase IIwater supply project
Wolaita
Kindo koyish
WWC & GC grade works, 7 or WWC grade 7 and above
pipe two water points. 3 new valve chambers, 7 existing valve chambers maintenance
2 Bidders should present a business license valid and Renewed for 2012 E.C and valid and renewed 2012 E.C proportion waterworks registration and certificate for VAT, TIN and Evidence for PPA registration.
3. Bids shall be valid for a period of Sixty (60) days after Bid opening.
4. Bids must be accompanied by bid security of 20,000.00 (twenty thousand) Birr valid for 90 (Ninety) days.
5. A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the SNNPR Wolaita zone finance and economy development department. Procurement, Finance and Property Adm. Main Process at the address given below, upon payment of ETB 200.00, (Two Hundred). The method of payment will be in cash against receipt.
6. Bids must be delivered to the wolaita zone finance and economy development department Procurement, Finance and Property Adm, core Process, Wolaita Soddo, Telephone number 0465512116 at or before 2:30 PM afternoon (or 8:30 afternoon local time) on 21st calendar day from the date of this announcement on Ethiopian Herald News Paper/National newsletter. If the 21″ day is not working days or the date of the National holiday, the bid submission will be on the next working day at the same time and venue. Electronic bidding will not be permitted. Late bids will be rejected.
7. Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 3:00 PM afternoon for 9:00 afternoon local time) on 21 calendar day from the date of this announcement on Ethiopian Herald News Paper. If the 21st day is not working days or the date of National holiday, the bid will be opened on the next working day at the same time and venue & The Departments Reserves the right to reject all or part of the bid.
9. Full Address: wolaita zone finance and development planning department and wolaita zone water, mines and energy department. Next to higher court building (new building of wolaita zone administration) for WZFEDD and In front of wolaita sodo university for WZWMED.
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids (IFB)
Sidama National Regional State
Water and Irrigation Development Bureau Ethiopia
Water Supply and Sanitation Project
IFB Title – Works Contract-Civil Works, Pipes & Fitting and EM Supply and Installation National Competitive Bidding (NCB)
BID No. NCB/SNR WIDB/WRDF-BF/CW/01/2020
1. The Sidama National Regional State, Water, and Irrigation Development Bureau through the Government of Ethiopia have received a budget from the Water resource Development Fund Program -Basket fund (WRDF-BF) towards the cost of the Water Supply and Sanitation Project and it intends to apply part of funds to cover eligible payments under the Contract for water supply projects.
2. Sidama Region Water and Irrigation Development Bureau now invites sealed bids from local or international eligible bidders for the supply and installation of pipes and fittings, construction of administration office, reservoirs, generator house , supply and installation of electromechanical equipment, and other civil works for water supply project in Sidama Region listed below.
Id No
Project name
Woreda
Category
1
Kebado Town water supply project
Dara
WWC 3 or GC3 and WWC 3 and above With a valid license for the current year.
3. Bidding will be conducted through a NATIONAL COMPETITIVE BIDDING (NCB) procedure specified in the World Bank’s Guidelines: Procurement under IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.
4.Bids shall be valid for a period of Ninety (90) days after Bid opening
5. Bids must be accompanied by a bid security of 500,000.00 (Five Hundred Thousand) Birr in the form of unconditional bank guarantee or CPO and shall remain valid for 120 (One hundred Twenty) days. Insurance bond is not acceptable.
6.Qualification requirement includes al owner ship and/or existing lease of relevant equipment and machinery (Dump truck, Service Car, HDPE pipe welding machine, Back/Wheel Loader, Truck Mounted Crane, Chain/Wheeled Excavator, Vibrator, Mixers and etc. b/ Specific experience of the project in waterworks construction of similar nature. c/ availability of relevant experienced personnel as provided in the bidding document with other additional details.
7. The Bidding Documents may be purchased by interested bidders on the submission of a written application and copies of necessary renewed licenses at least for the current year with originals from Sidama Region Water and Irrigation Development Bureau Finance office, Hawassa City, upon payment of a non-refundable fee of Birr 600.00.
8. Bids must be delivered to the Sidama Region Water and Irrigation Development Bureau finance and procurement directorate, Room number 02, Hawassa City, Telephone number +251462125480, on 30th day of announcement on the national newspaper at or up to 2:00 p.m and Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 2:30 p.m at the same date/ 30th day of announcement on The Ethiopian Herald. If the day lay on weekend or the Ethiopian holiday, the bid will open the next working day. Electronic bidding will not be permitted. Late bids will be rejected
9. Sidama Region Water and Irrigation Development Bureau finance office reserve the right to reject all or part of the bid.
10. The bidders who have similar projects on hand within the region should not participate and must be rejected before any evaluations.
11. Full Address:
Sidama National Regional State, Water and Irrigation Development Bureau finance and procurement directorate,Room No.02
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids (IFB)
1. The Wolaita zone water, mines, and energy department collaborating with wolaita zone finance and economy development’ department now invite sealed bids from local or international eligible bidders for the following projects:
No
Bid no
Lot no
Name of Project
Zone
Woreda
Grade
1
WZWMEDCWC/RC/01/04/2013/NCB
Lot- 1
Waja kerena water supply expansion project
Wolayita
Sodo zuria
WWC & GC grade 5 or WWC grade 5 and above
2
WZWMED/C WC/RC/02/ 04/2013/NCB
Lot-II
Tokisa Godowater Supplyexpansionproject
Wolayita
Boloso sore
WWC & GC grade 5 or WWC grade 5 and above
2. Bidders should present a business license valid and Renewed for 2012 E.C and valid and renewed 2012 E.C proportion waterworks registration and certificate for VAT, TIN and Evidence for PPA registration.
3. Bids shall be valid for a period of Sixty (60) days after Bid opening.
4. Bids must be accompanied by bid security of 50,000.00 (Fifty thousand) Birr for LOT-I and 40,000.00 (forty Thousand) for LOT-II and shall remain valid for 90 (Ninety) days for each Lot.
5. A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the SNNPR Wolaita zone finance and economy development department. Procurement, Finance and Property Adm. Main Process at the address given below, upon payment of ETB 200.00 for each water supply project. The method of payment will be in cash against receipt.
6. Bids must be delivered to the wolaita zone finance and economy development department. Procurement, Finance and Property Adm. core Process, Wolaita Soddo, Telephone number 0465512116 at or before 2:30 P.M afternoon (or 8:30 afternoon local time) on 21st calendar day from the date of this announcement on Ethiopian Herald News Paper/National news letter. If the 21st day is not working days or the date of National holiday, the bid submission will be on the next working day at the same time and venue. Electronic bidding will not be permitted. Late bids will be rejected.
7. Bids will be opened in the presence of the bidders / their representatives who choose to attend in person at 3:00 P.M afternoon (or 9:00 afternoon local time) on 21s calendar day from the date of this announcement on Ethiopian Herald News Paper. If the 21 day is not working days or the date of National holiday, the bid will be opened on the next working day at the same time and venue.
8. The Departments Reserves the right to reject all or part of the bid.
9. Full Address: wolaita zone finance and development planning department and wolaita zone water, mines and energy department. Next to higher court building (new building of wolaita zone administration) for WZFEDD and In front of wolaita sodo university for WZWMED.
Assignment Title: Consultancy service for Feasibility Study and Detail Design, Tender Document preparation, evaluation and Construction Supervision for Well Drilling of Climate Resilient Water Supply, Sanitation and Hygiene Facilities for Salahad and Dhuhun Woredas Multi-Village Water Supply project in Somali Region.
Reference No.: ET-WDC-202184-CS-QCBS
The Federal Democratic Republic of Ethiopia (FDRE) has received financing from the World Bank toward the cost of implementation of Water Supply, Sanitation and Hygiene Project and intends to apply part of the proceeds for consulting service.
OBJECTIVE OF THE ASSIGNMENT
General
The overall objective of the assignment is to carry out alternative source assessment with specific attention to groundwater source for the community and institutions (schools and health institutions) and status of existing Water Supply, Sanitation and Hygiene in Salahad woreda (Salahad Multi village Water Supply project) and in Duhun Woreda (Duhun Multi village Water Supply project) of Somali region. Identify the kebeles seriously affected in consultation with the respective communities, woreda and region sector offices and Bureaus (Water, Health and Education). Based on the findings of the assessment report, under take community and institutions water supply, sanitation and hygiene service facilities feasibility study for the selected kebeles/ villages/gots, institutions (health institutions, schools e.t.c.), and manage the selection of qualified groundwater drilling company and supervision of works of (if applicable) and prepare detail design based on the outcome of the feasibility study.
Specific Objectives of the Assignment for each project
Specific objectives of the assignment include but not limited to:
a) Carryout out rapid assessment of alternative water source with specific attention to groundwater source for the community and institutions (health institutions, schools e.t.c.) and existing water supply, sanitation and hygiene status of the Woreda(s). Conduct socio economic assessment of the woreda including population, economy, social and environmental conditions are including collection and organization of woreda baseline information as per Tablel of Annex B in the POM.
b) Prepare inception and pre-feasibility reports and submit to WDC and relevant regional bureaus for review and approval with the following information: (i) identify Kebele (s)/Village(s)/Got(s) most prone to shortage of community and institutional water supply, sanitation and hygiene service problems in the woreda; (ii) set intervention priorities in consultation with the beneficiary communities, woreda administration and the woreda sector offices (water, health and education);(iii)provide proposals of how strategically the WaSH problem of the woreda will be thoroughly solved in short, medium and long term periods based on the availability of finance and recommend the communities and institutions (health institutions, schools, e.t.c.to be included in the feasibility study of this sub-project.
c)Undertake climate Resilient(CR)Feasibility study(technical, Financial, economic, social and environmental) of water supply, sanitation and hygiene facility options giving due focus for climate resilience for the communities of identified Kebele(s)/Village(s)/Got(s), health institutions, schools, e.t.c. for the short and medium term plan and produce feasibility report with the option recommended for detail design (among the options investigated for feasibility) to the respective region and the WDC for approval to carry out detail design. Conduct Assessment and put recommendation of feasible alternative renewable energy sources (solar/wind/e.t.c) for water supply schemes as appropriate. The feasibility study shall also include recommendations for sustainable water sources.
d) Investigate, supervise and manage water source development on behalf of the WDC. If the confirmed source is groundwater, prepare tender document and supervise drilling operation based on submission of separate time-based and provisional sum agreement to be reviewed and approved by the Client.
e) Carryout detail design of the approved feasible water supply system, sanitation and hygiene facilities for communities, health institutions, schools, e.t.c in its entirety as per accepted engineering design practices and produce study and design report to the respective region and the WDC.
f) Conduct social and environmental risk assessment study,
g) Prepare operation and maintenance management plan including proposal for an affordable water tariff that will enable cost recovery
h) Prepare implementation plan and bid documents for civil works of proposed investments (for water supply and sanitation interventions) and includes costed mitigation measures for identified environmental impacts (e.g. catchment management, source protection, e.t.c),
i) Prepare scheme management organizational structure, staffing, and recommend management of the scheme as per the sector’s established guidelines for WASHCOMs and new rural utilities approach that is formally adopted by WDC and taking in to consideration any considerations for community.
j) Prepare strategic development business plan for the design period of the scheme,
k) Prepare water safety plan and watershed management report and include costs for implementation in tendering documents for the proposed civil works
l) Identify potential challenges for long-term sustainability and frame coping mechanisms.
5. SCOPE OF THE ASSIGNMENT
The scope of the assignment includes not limited for each project to;
a) The consultant is expected to review sector policy and development strategy documents to be well acquainted and align with the sectors requirement in fulfilling the assignment.
b) The consultant is expected to review CWA program documents including program operations manual, Project Procurement Strategy for Development (PPSD), financial manual, and safeguard instruments e.t.c. c) The consultant is expected to use primary and secondary data to carryout reconnaissance study to be incorporated in the prefeasibility report for water supply, sanitation and hygiene status study to identify Kebeles/Villages/Gots, health institutions, schools, e.t.c most prone to the water supply problem.
d) The consultant should carry out consultation with the woreda administration, Woreda and Regional water sector stakeholders on the water supply, sanitation and hygiene output of the reconnaissance study and agree on the Kebeles/Villages/Gots, health institutions, schools, e.t.c for which feasibility study needs to be done. The consultations must include engagement with community members including, elders, women, people with disability, female-headed households.
e) The feasibility study is expected to include among others available climate resilient water source options demonstrating with multi-criteria decision making (MCDM) technique to assess the technical, financial, environmental, O&M management viability of the proposed alternatives.
f) The consultant is expected to carry out geological, hydro-geological, hydrological, water quality, geotechnical investigation and geophysical investigation of the potential and quality water sources (surface water, spring, groundwater potential for water harvesting (e.g. haffirs, birkas, sub-surface storage(sand-dams), etc.) of the area and determine the location of the intake site, borehole drilling site, surface water intake site, spring site, for water harvesting or managed recharge etc., the expected safe yield of the source and respective costs.
g) Conduct financial and economic cost benefit analysis to ensure that the project is financially sustainable and economically viable. This requires identification and estimation of revenue generated from service charge, annual operational cost required to run the scheme, periodic maintenance and asset replacement cost as well as estimation of the positive and negative externalities of the project.
h) Based on the most technically, socially, economically and environmentally feasible and sustainable option, the consultant will undertake detail technical assessment including but not limited to hydrological survey and or topological profiling and other aspects as applicable and the consultant on his/her discretion should deploy and use cutting edge technologies like GIS, remote sensing from high resolution platforms and robust techniques have to be deployed for further investigation of resilient water sources and have to be validated & justified with possible ground truthing.
i) The consultant is expected to carry out detail design of the feasible option including the technical design (analytical report, technical drawings, incorporate standard desgin to facilitate ground water monitoring, pipe layout with pressure zoning, site plan, specifications Bill of quantities, engineering cost estimate, Tender document e.t.c), environmental studies, annual operational cost estimates, the water tariff for cost recovery(Operation & Maintenance Cost) and its affordability with the willingness to pay, the project implementation plan, business plan, water safety plan and the bid document as well as social including gender-related risk assessment.
j) If applicable, based on approved feasibility study by the Client, the consultant is expected to supervise and contract administration, borehole drilling which includes:
Prepare bidding documents
Approval and monitor site handover, the contractor’s initial and periodic mobilization programs;
Supervision of the overall drilling work
Carry out periodic safety inspections of overall components of the drilling work
Issue to the employer weekly, monthly and required report and well completion and financial Reports in approval format and check and submit for approval of payment to the client when requested by the contractor as per the actual material supplied and work executed.
Review any site testing procedures and supervise actual acceptance tests on site carried out by the contractor;
Closely follow up and administer all contractual matter including updated schedule of the drilling and construction, method of drilling and construction;
Review Contractor’s claims and advices what amount, if any, the Engineer considers due,provide written reports and advice on individual claims, provide written advice on any claims, negotiations and support as requested after getting approval from the WDC.
Provide written reports, advice and support as requested in any preparation and procedures for the Dispute Adjudication Board(DAB);
The Consultant shall carry out witnessing, testing and administrative duties.
Facilitates handover of the projects, check and approve “as-built” drawings prepared by the contractor ensuring the delivered site is in accordance with approved feasibility study and contractual agreement.
Check all manufacturers’ manuals and contractors’ operating instructions and make recommendations as to their scope, completeness and conformity with plant as installed including provision for installation of ground water monitoring equipment.
k) Based on the gap identified in the assessment report of water supply, sanitation and hygiene status of schools and health institutions located within the community water supply service area of the project, the consultant expected to ensure that the study and design report include all WaSH service packages to the institutions, i.e. for school’s water supply and latrines and for health institutions water supply, latrine, place tap its, incinerators, e.t.c as per the health and education sectors design standards and WaSH packages for the same.
l) Water demand computation has to take in to account (i) household water demand population projections and dynamics, standard service levels as per GTPII/SDG6 and for potential business development in the area and, (ii) for institution (health institution, schools, e.t.c) has to take into account the prevailing sector standards of the Ministry of Education, Ministry of health and others.
m) Livestock watering has to be considered if there is no alternative source within reasonable distance (within 5Km) in the area and all possible options have to be thought for optimal system design.
n) The consultant is required to respond to any design queries after completion and submission of the design report and be accountable for any modification of deign defect satits full discretion & absorbing all expense consequences.
o)Review the monitoring and reporting mechanism and the available grievance redress mechanism
The assignment will perform in the form of Lump sum & Time Based Contract. Accordingly, the required professional staff-months for Lump sum & Time Based Contract are 36.5 & 6 respectively. The assignment will be expected to start on the First week of May 2020 & the implementation period of the lump sum contract is also 6 months, however, the implementation period for the time based contract is 3 month. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.
The Water Development Commission (WDC) now invites eligible consulting firms to indicate their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experiences to perform the Services.
The short listing criteria are: – core business and years in business, relevant experience, technical and managerial capability of the firm.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS)method set out in the Procurement Regulations for IPF Borrowers.
Further information can be obtained at the address below during office hours 8:30 AM to 12:00 AM in the morning and from 1:30PM to 5:00PM in the afternoon.
Expressions of interest must be delivered in a written form to the address below in person, or by mail, or by e-mail (PDF Format) by December 20, 2020 on or before 4:00PM.
Attn: Mr. Nuredin Mohammed, Engineering Procurement & Contract
Administration Directorate Director.
Postal address: 13/1076
Street address: Haile Gebresilasie Street
Water Development Commission, First Floor, and Room number 35
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids (ITB)
REQUEST FOR PROPOSAL
CONSULTING SERVICES – FIRMS SELECTION) NCB
COUNTRY: Federal Democratic Republic of Ethiopia
Sidama National Regional State Water and Irrigation Development Bureau
Assignment Title: Water Source Identification, feasibility study & preliminary design and detail engineering design, preparation of specification and bill of quantities, and preparation of tender documents for 3 Towns in Sidama Region Yirgalem, Aleta wondo and Aleta Chuko towns, Sidama National Regional State.
1. The Sidama National Regional State Water and Irrigation Development Bureau have Planned to finance the cost of Water Supply and Sanitation Projects, and intend to apply part of the proceeds for consulting services. The consulting services include undertaking the Water Source Identification. feasibility study & preliminary design and detail engineering design, preparation of specification and bill of quantities, and preparation of tender documents for 3 Towns in Sidama Region Yirgalem, Aleta wondo and Aleta Chuko towns Water Supply Projects in, Sidama National Regional State Water and Irrigation Development Bureau now invite sealed bids from local or international eligible bidders to undertake tasks assigned above.
2. The Services are estimated to be rendered for a period of 6(Six) months.
3. The General objective of the service is to prepare detail and up to date design of Water Source Identification, feasibility study & preliminary design and detail engineering design, preparation of specification and bill of quantities, and preparation of tender documents the procuring public body has an intention to upgrade the low level of access to safe water supply system of the towns:
4. The Sidama National Regional State Water and Irrigation Development Bureau now invites eligible consulting firms (Consultants) to Submit their financial and technical proposals to provide the services as per the Request for Proposal (RFP).
Interested consulting firms provide information that they are qualified to perform the services including
Brief description of the adequacy of the consulting firm to respond to the assignment (maximum 2 pages),
Documentation justifying general qualification: brochures, financial information as turnover over the last 3 years, technical and managerial organization of the firms, general qualification and availability of appropriate skills among staff.
Documentation that shows Consultant’s direct practical experience in the context of design and study of urban water supply and sanitation projects within the last 3 (three) years, and also can point out the problem of existing design systems in the towns.
Provision of letter of good performance in water supply and sanitation consultancy service for recent three and above projects (assignments),
Any other relevant information.
5. The shortlisting criteria are core business and years in business , qualification and practical experience in the field of assignment (water supply and sanitation), organizational, managerial | technical capabilities of the firms ,and general qualification and number of key staff but not individual expert’s bio data.
6. Consultants with grade 4 (four) and above are invited to apply for this assignment. They may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. A
Consultant will be selected in accordance with the Quality & Cost Based Selection (QCBS) method set out in the article 5.7 of the PPA Manual. Consultants should have renewed Certificate of Registration / Compliance, trade license and Work permit in water sector to Participate in WaSH Projects.
7. Hence, those interested Consultants fulfilling the above requirements are invited to apply for submission of TECHNICAL AND FINACIAL PROPOSAL as per the Request for proposal (RFP) on 21st day of announcement on The Ethiopian Herald Newspaper at or before 12:00 a.m and Bids will be opened in the presence of the bidders/ their representatives who choose to attend in person at 2:30 p.m at the same date/ 21st day of announcement on The Ethiopian Herald Newspaper. If the day lay on weekend or Ethiopian holiday the bid will be opened on the next working day.
8. Further information can be obtained from the address below during office hours:
Monday to Friday @ 8:30 A.M – 5:30 P.M Request for proposal (RFP) document can be obtained by 300 birr form the address below and RPF accompanied with relevant documents must be delivered to the address below at the above-specified date and time.
Address
SIDAMA NATIONAL REGIONAL STATE WATER AND IRRIGATION DEVELOPMENT BUREAU
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for Bids (NCB)
(One-Envelope Bidding Process)
Country: Ethiopia
Name of Project: CR-WASH-Erre Woreda WSSP
Contract Title: Drilling & Construction of 4 Water Well Drilling for Erre Woreda of Somali Region
Credit No.: IDA-64450
RFB Reference No.: ET-WDC-204085-CW-RFB
1. The Water Development Commission has received financing from the World Bank toward the cost of the CR-WASH water supply projects, and intends to apply part of the proceeds toward payments under the contract for Drilling & Construction of 4 Boreholes for Erre Woreda of Somali Region.
2. The Water Development Commission now invites sealed Bids from eligible Bidders for drilling & construction of Boreholes one (1) for Billa, two (2) for Fathuli and one (1) for Urdula rural Kebeles total four (4) Boreholes of Erre Woreda within four (4) months.
3. Bidding will be conducted through National competitive procurement using a request for bids(RFB)as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, and is open to all Bidders as defined in the Procurement Regulations.
4. Interested eligible bidders may obtain further information from Water Development Commission, Engineering Procurement and Contract Management Directorate and inspect the bidding documents during office hours from 8:30 AM-12:30 AM in the morning and 1:30 PM to 5:00 PM in the afternoon at the address given below.
5. The bidding document in English may be purchased by interested eligible Bidders upon payment of a nonrefundable fee of Ethiopian Birr (ETB) 100.00 (One Hundred Birr only). The method of payment will be in cash.
6. Bids must be delivered to the address below on or before January 28, 2021, at 2:00 PM. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend on January 28 at 2:30 PM in room no. 35 of the procurement section of Water Development Commission.
7. All Bids must be accompanied by a Bid Security of ETB 162,000.00 (One Hundred Sixty Two Thousand Birr only) or an equivalent amount in a freely convertible currency in the form of Bank Guarantee or CPO in the name of Water Development Commission. The bid security shall be valid for twenty-eight days (28) beyond the end of the validity period of the bid or not less than 118 days.
8.”Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.”
9.The address(es) referred to above is (are): [insert detailed address(es)]
Water Development Commission
Attn: Mr. Nuredin Mohammed, Engineering Procurement &
Contract Administration Directorate Director.
Postal address: 13/1076
Street address: Haile Gebresilasie Street
Water Development Commission, First Floor, and Room
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
Invitation for National Competitive Bid (NCB)
Project Name: -CR-WASH- Immediate Improvement & Expansion of Gambella Town WSP
Procurement Refinance No.: WDC/Gov/NCB/CW/03
The Water Development Commission has secured budget from the Federal Government of Ethiopia in the form of a “Capital Budget” it intends to apply to cover eligible payments under the CR-WASH water supply projects.
Accordingly, the Commission would like to invite interested & eligible bidders for the procurement of Civil Work Construction with Pipes and Fittings Installation, Supply of Pipes, Fittings and Supply & Installation of Electromechanical Equipment for Gambella Town Immediate Improvement & Expansion of Water Supply Project upon fulfilling the following terms and conditions
1) Renewed Trade license for the year 2012 EFY, the license should be indicating the stream of business in which the bidder is engaged.
2) TIN and VAT Registration Certificate.
3) A valid tax clearance certificate issued by the tax authority.
4) Certificate for registration in supplier list.
5) Business organization registration certificate or trade license issued by the country of establishment, if applicable.
6) Letter of Authorized signature(Power of Attorney)
7) Manufacturer Authorization.
A. Bidding will be conducted through the National Competitive bidding procedure as specified in the Public Procurement Directives.
B. Interested eligible bidders may obtain further information from Water Development Commission, Engineering Procurement and Contract Management Directorate and inspect the bidding documents during office hours from 8:30 AM -12:30 AM in the morning and 1:30 PM to 5:00 PM in the afternoon at the address given below
C. A complete set of bidding documents in English language may be purchased by interested eligible bidders upon payment of a non-refundable fee of Ethiopian Birr (ETB) 200.00 (ETB Two Hundred only). The method of payment will be in cash.
D. The Technical & Financial offer of the bidder shall submit in one envelope.
E. The deadline for bid submission is on or before January 27, 2021, at 2:00 PM and it will be open publicly in the same date at 2:30 PM in room no. 35 of the procurement section of Water Development Commission.
F. Electronic bidding will not be permitted and late bids will be rejected.
G. All bids must be accompanied by a Bid Security of ETB 500,000.00 (Five Hundred Thousand Birr Only) or equivalent in freely convertible currency in the form of An Unconditional Bank Guarantee, An irrevocable Letter of Credit, CPO, Check certified by a reputable bank or financial institution in the name of Water Development Commission. The bid security shall be valid for twenty-eight days (28) beyond the end of the validity period of the bid.
H. The Client reserves the right to accept or reject the bid partially or totally.
The address referred to above is:
Water Development Commission
Attn: Mr. Nuredin Mohamed, Engineering
Procurement & Contract Management Directorate Director
Street Address: Bole Kifle Ketema, Wereda 04, Haile Gebre Selassie Street
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
INVITATION TO BID
To all contractors of category BC-7/GC-6 and above with renewed license valid for the Current Year
Oromia Livestock resource development Agency had secured a budget for construction of Store, Office, Guard House & Dry Latrine At Medda Site and also secured a budget for construction of Store at Choppi Degega & at Boku Melbana (Medda).
Oromia Livestock resource development Agency now invites wax-sealed bids from eligible bidders who are interested and capable to allocate sufficient resource for the construction of Store, Office, Guard House & Dry Latrine to be constructed within 240 calendar days For Medda site and 180 Calender days for Choppi Degega & Boku Melbana
Bidders shall have registered with the Ministry of construction and Urban Development or Oromia Construction Bureau and who have renewed their license for the year 2013 Ethiopian calendar and who have VAT & TIN registration certificate
Bidding will be conducted in accordance with the open national tendering procedures contained in the Public Procurement Proclamation of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders. i.e. (two-stage The first stage is:-preliminary and Technical evaluation The second stage is:- Financial evaluation)
Interested eligible bidders may obtain further information from the address given below.
The bidders shall submit one mother envelop wax-sealed bidding document which encloses one big wax-sealed envelope of “original technical document” and “two copies” this shall be produced in different wax-sealed envelopes, and labeled as “Original” & “Copy 1” and “COPY 2″. Financial Document” also encloses one big wax sealed envelope and original financial document” and “two copies” this shall be produced in different wax-sealed envelopes and labeled as “Original” & “Copy l” and “COPY 2”. The bid security must be wax sealed separately and must put in the Original Technical Requirement. The Sealing and Marking (signing) of the Bids must be according to guidelines stated under Instruction to Bidders Failure to do so will result in an automatic rejection
A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of WRITTEN APPLICATION, VAT REGISTRATION CERTIFICATE, MINISTRY OF CONSTRUCTION & URBAN DEVELOPMENT Or OROMIA CONSTRUCTION BUREAU RENEWED REGISTRATION CERTIFICATE, RENEWED TRADE REGISTRATION CERTIFICATE RENEWED TRADE LICENSE, TAXPAYER REGISTRATION CERTIFICATE, AND TAX CLEARANCE FROM OROMIA REVENUE BUREAU the address given below and upon payment of a non-refundable fee of Ethiopian Birr 400 only in cash Starting from the first date notice viewed on the newspaper during office Hours through Monday to Friday,
Bids must be delivered on or before 2.00 Pm, on the 31st day from the first announcement date and The Bid (Original Technical Requirement) will be opened on the same day at 2:30 Pm in the presence of the bidder’s representatives who choose to attend. And the bid is valid for 90 days after the bid submission deadline. All bids must be accompanied by a bid security of 150,000.00(One hundred fifty thousand) ETB which will be payable on the first demand to client security in an acceptable form of CPO or unconditional Bank Guarantee and the bid security must address the employer. Late bids shall be rejected. If the 28th day is not on a working day, the bid can be opened on the next working day.
Oromia Livestock resource development Agency has the right to accept/reject any/all bid
Bid opening location/place is as per on BDS/bid datasheet
Address: – For further information, bidding document purchase, Bid delivery, and opening shall be
Employer: – Oromia Live stock resource development Agency Location: – Finfinne
Rough Estimation of Remaining Time for Bid Submission (don’t use it before check up!)
Please Check the Countdown!
INVITATION FOR BID
Arsi Zone cooperative promotion Agency has obtained budget from the Italian Agency For Development Cooperation needs to Construction of Ware House at 8(eight) site
1. The Agency invites all registered contractors of category GC6/BCS and above with renewed license valid for the year 2013 Ethiopian Calendar for furnishing the necessary labor, material, equipment, and service for the construction of Ware House as the following lots.
Lot-I Two seed Warehouse, Office, Toilet, Guardhouse and Fence
Lot-Il Four Type -1 Grain Warehouse, Office, Toilet, Guardhouse and Fence
Lot-III Two Type-2 Grain Warehouse, Office, Toilet, Guard house, and Fence
2. Interested and eligible bidders can purchase bidding documents from Arsi Zone Finance & Economic Co-operative Office. Submission of written application & nonrefundable fee of Eth 300 (three hundred birrs). The Bid will be submitted on the 22nd working day of announcement of the bid at 3:00 am in Arsi Zone Finance & Economic Co-operative Office Hall & will be open at 3.30 am on the same day & place of the submission. In case, If 22nd day is the Holiday it will submit & open the next working days at the same time & place. 1
3. A bidder has to be registered to collect “VAT” and a copy of the VAT certificate, trade license, registration certificate, and tax clearance from Oromia or Federal Revenue Bureau must be attached with the application and not miss to submit with qualification document.
4. All bids must be accompanied by a bid security in an acceptable form of an Unconditional bank guarantee or CPO birr 75,000.00 (Seventy Five thousand Birr) and must be addressed to the project owner.
5. The bid security shall be wax sealed, stamped & signed in separate envelop marked “Bid security” and bid security to be submitted by a bidder shall carefully address the Employer’s name, the exact name of the site for which it is submitted & the validity of the bid security. Failure of stating any of which would cause rejection from the bid.
6. submission and opening of the bid;
A. The original and copies of the qualification document shall be placed separately in wax-sealed, stamped & signed envelope marked as “QUALIFICATION DOCUMENT” and both envelopes shall be placed in one large outer envelope and wax sealed. The outer and inner envelopes shall bear the submission address and other information indicated on/in the datasheet
B. The original and machine copies of the financial offer documents shall be placed separately in a wax-sealed envelope marked as “THE FINANCIAL OFFER DOCUMENT” and these envelopes shall be placed in a large outer envelope and wax sealed. The outer and inner envelopes shall bear the submission address and other information indicated on/in the datasheet. In preparing the bid document bidders are expected to examine the bid data in the tender document
C. The qualification document will be opened on the same day of bid submission date at 3:30 am in the Presence of the Tender committee & bidders or legal representative represented by the bidder
D. The financial offer document shall remain sealed and deposited in a box prepared for this purpose in the presence of the bidders and tender committee or any authorized body represented by the client until financial offer(s) of qualified bidders are opened publicly.
E. The committee assigned by the client will evaluate the qualification of the bidders based on the basis of their responsiveness to the bid document, by applying the evaluation criterion, sub-criterion, and points assigned to the criterion in the data sheet. Each qualification document will be given a score point.
F. Only financial offers of those bidders who fully respond or 100% (one hundred percent) will be opened on the financial opening date.
G. The client shall address the financial opening date, place, and time to the bidders
H. Every envelope should be wax-sealed, signed, and stamped by the bidder properly and separately.
I A bidder will be rejected if it does not respond to the tender document according to this invitation or fails to achieve the minimum technical score indicated in the tender document,
J. Any attempt of submission forged or false document and/or indication of financial offer on the qualification document shall result in a rejection of the bid.
K. The client shall not bear any responsibility for miss placement of “Qualification document” in the “financial offer document” envelope or vice versa, which results in the rejection of the bidder.
7. The validity of the bid shall be 120 days from the date of bid opening
8. The completion deadline of the project under bid should be negotiated during the award and become part of the binding document (agreement).
9. A contractor who have a project in our zonal must be scored 70% (seventy percent) physical status and above work, progress can participate to this bid
10. The Agency may not award more than one project at a time also A bidder Cannot Participate more than one site
11.The Client (Arsi Zone cooperative promotion Agency) has reserves the right to reject any or all bids.
List of site name & Location
No
No lot
Work Description
Woreda
Site name
1
Lot-1
60x30m Ware House, Office, Toilet , Guard house and Fence
a) Lemu & Bilbilo
Gelama Union
60x30m Ware HouseOffice & Toilet
b) Hetosa
Hetosa Union
2
Lot-2
20x10m Ware House Office,Toilet, Guard house and Fence Toilet , Guard house and Fence
a) Digalu & Tijo
Fite ketara
20x10m Ware House Office,Toilet, Guard house and Fence Toilet , Guard house and Fence
b) Digalu & Tijo
Aymura Boldana
20x10m Ware House Office,Toilet, Guard house and Fence Toilet , Guard house and Fence
c) Lemu & Bilbilo
Sirbo
20x10m Ware House Office,Toilet, Guard house and Fence Toilet , Guard house and Fence
d) Lemu &Bilbilo
Ballitu
3
Lot-3
25x1m Ware House Office, Toilet , Guard house and Fence
a) Lemu &Bilbilo
Tuka ketara
25x1m Ware House Office, Toilet , Guard house and Fence