Published on: Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa.
Remaining Time for Bid Submission
RE-BID ANNOUNCEMENT FOR WATER WELL DRILLING WORKS
National invitation to bid for the provision of a hydrological survey and shallow well drilling.
TENDER NOTICE
For drilling of borehole in addis ketema k/k woreda 10, Addis Ababa
(N9002’28”E38042’49”). Efoyta Bekolfe Marketing Center Share Company is an organization which consists of 80 apartment units, Banks, Offices and above 1092 shops for marketing and selling different types of products.
In relation to this, Efoyta Bekolfe marketing center Share Company would like to invite interested Drilling Company to undertake detailed hydrological survey in target location and conduct shallow well drilling on our marketing center.
Dilling companies who are interested to participate in the tender should have;
Renewed and Valid business license indicating the stream of business in which the bidder is engaged
TIN and VAT registration certificate issued by the tax authority
Certificate of Competence
Valid tax clearance certificate issued by the tax authority
Relevant professional practical certificate
All bids must be accompanied by a bid security in the amount of 1% of bidder’s total offered amount furnished in the name of Efoyta Bekolfe marketing center Share Company in the form of ONLY CPO issued by a recognized domestic Bank. The complete bid documents are available from Oct. 05-2020 during office hours Monday to Friday at Efoyta Bekolfe Marketing center office located at Kolfe Atena Tera, Addis Ababa.
Duly completed bids should be submitted in a sealed envelope addressed to Efoyta Bekolfe marketing center Share Company Addis Ababa office, clearly marked by “Bidders Name, Address, Legal Stamps Signature, and Tender Number”. Bidders should submit their technical and financial documents in two different sealed envelopes into the bid box provided for the purpose only at Efoyta Bekolfe marketing center Share Company.
The last bid submission date is Oct. 17-2020 Bids after this date and time will not be considered. “CONTRACTORS IN THE LOCAL AREA ARE STRONGLY ENCOURAGED TO PARTICIPATE IN THE BID”.
Efoyta Bekolfe marketing center Share Company reserves the right to reject all or part of the bids.
Published on: Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
NOTICE OF INVITATION FOR LOCAL BID
PURCHASE OF TRACK MOUNTED EXCAVATOR
Abyssinia Integrated Steel PLC is one of the leading producers of reinforced bars in the country. for last 15years.
Abyssinia integrated steel PLC would like to purchase Track Mounted Excavator Used/New and inviting Interested, qualified and eligible bidders.
Interested bidders shall submit copies of trade / business license, renewed for 2012/2013EFY, Trade registration certificate, certificate of competency, valid tax clearance certificate, VAT registration certificate and TIN registration certificate.
The bid shall be valid for a period of sixty (60) days after the bid opening date
2. 2. Bidders must submit financial proposal /Performa, picture (photo) and specification for the used /New track mounted Excavator separately for the bid on or before October 25/2020
To Abyssinia Integrated Steel PLC, Head office located at Bole Road Dabi Complex 4th floor; to reception desk during working hours starting from the date of first announcement.
Published on:Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION FOR INTERNATIONAL COMPETITIVE BIDDERS
Commercial Bank of Ethiopia (CBE) invites interested bidders for Procurement of under listed work. Item No.Description of itemBid NoCategory Bid Bond AmountBid Opening Date1DesignReview, Modification,Supervision and Administration of Tier IV Debre Birhan Data Center49/2020/21 Consulting Architects and Engineers Category One100,000 ETB November 11, 2020
The Bid document shall be obtained commencing from October 8, 2020 from Commercial Bank of Ethiopia, Procurement Sub-Process, opposite to Vatican Embassy, next to Gibson Youth Academy, Facilities Management Building, 2nd Floor, Room No. 201 and You can access the bid document online from Https:// Bids.Mobtenders.com against payment of a non-refundable fee of Birr 300.00 (Three Hundred birr only) which shall be paid against Acct. No. 1000134998028 to the account of ‘CBE Finance Process’ account, in the name of the bidder. The bid document shall be collected during office hours (Monday to Friday 8:00 12:00a.m., 1:00-4:15p.m.; and Saturday 8:00-11:45a.m.) by presenting the payment advice. Presenting copy of renewed Trade License, Tax Clearance Certificate and VAT Registration Certificate is a must.
Bidders who do not have a contract with the Bank can particpate in this bid.
Bidders shall be quite sure to state direct line phone number, cell phone number, fax number and e-mail address of their organization correctly while collecting bid documents. Failure in receipt of bid communication due to incorrectness of the above will not be the responsibility of the bank.
Bid proposal shall be accompanied by the bid bond/Earnest Money Deposit in the amount of Birr as stated above in the form of Unconditional Bank Guarantee or Cash Payment Order (C.P.O.). Bid bond/EMD in any other form is not acceptable.
Bids must be deposited in the tender box prepared for this purpose at Commercial Bank of Ethiopia, Procurement SubProcess, during office hours before 2:00 p.m. at the place mentioned under no.2 above.
Bid opening shall be held in the presence of bidders and/ or their legal agents who wish to attend, on 2:30 p.m. at the place mentioned under no. 2 above.
Failure to comply any of the conditions from 2 – 5 above shall result in automatic rejection
Interested eligible bidders may obtain further information from Procurement Sub-Process, P. O. Box 255, Addis Ababa, Ethiopia, Tel.251-11-372-28-72, Fax 251-11-372-28-89, or visit: CBE Website.
The CBE reserves the right to accept or reject any or all bids.
Published on:Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO RE-BID
NATIONAL COMPETITIVE BIDDING (NCB)
Procurement Reference Number RE-AB 16/2020/21
Awash Bank invites sealed bids from eligible Contractors who can provide renewed trade License for the year 2012 issued by ministry of construction for RC/GC Category 5 and above for the supplying the necessary materials, labor and equipment for Warehouse maintenance and construction of compound Road works (Asphalt concrete).
Bidding will be conducted in accordance with the open tendering procedures contained in the Directives of the Bank and other Relevant Laws of the country, and is open to all eligible bidders.
A complete set of bidding documents in English shall be obtained from Procurement Division of Awash Bank located at Awash Towers 10th floor room No 10-03 upon producing receipt of non refundable fee of Birr 100.00 /One Hundred/ for each lot by depositing in Account Number 01540000544500, at AWASH BANK, FINFINE BRANCH, located at the Bank’s Head Quarter Building (Awash Tower), Ground floor during office hours (Monday to Friday 8:00AM-12:00PM; 1:00PM-4:30PM and Saturday 8:00AM-12:00PM) starting from October 05, 2020 upon Presentation of copy of renewed Trade license, Certificate of registration, Tax Clearance Certificate, VAT Registration Certificate and TIN Registration Certificate.
Bid must be accompanied by a bid bond amount of Birr 100,000.00 (One hundred thousand) in the form of Unconditional & Irrevocable Bank Guarantee from other Banks or Cashier’s Payment Order (C.P.O) from any local Bank and valid for 118 days from the last date of bid submission
Bid document must be deposited in the bid box prepared for this purpose on or before: October 23, 2020 at 10:00 AM
Bid opening shall be held at the office of Shared Services Directorate Awash Tower 10 floor in the presence of bidders and/or their representatives who, wish to attend on October 23, 2020 at 10:30 AM
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84.
Failure to comply any of the conditions from item 2 to 5 above shall entail automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully.
Published on: Ethiopian Herald ( Oct 6, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
COUNTRY: Federal Democratic Republic of Ethiopia
NAME OF PROJECT: Transport Systems Improvements Project (TRANSIP)
PROJECT ID No: P151819
CREDIT No: 5816-ET/IDA-56160
Assignment Title: Consultancy Services for Transit-Oriented Development (TOD) Project
Reference No: ET-AARTB-163884-CS-QCBS
The Government of Federal Democratic Republic of Ethiopia has received financing from the World Bank towards the cost of the Transport Systems Improvements Project (TRANSIP) and intends to apply part of the proceeds towards the cost of Consultancy Services for Transit-Oriented Development (TOD) Project.
The Consultancy Service is planned to create a higher density, more compact, mixed-use walkable development within easy walking distance of mass transit, such as the BRT and LRT stations that will maximize transit ridership potential, which, in turn, will create a revenue return from transit investments in Addis Ababa, Ethiopia. When combined with other land use and transportation strategies that support more compact,walkable development patterns TODs can help change travel behaviors
by making the walking trip or the transit trip as desirable as an auto trip to reach a destination.
The objective of this consultancy service is;
To develop TOD design (detailed urban design), guideline, Implementation strategy, and policy for the selected as a pilot project that can be used as a case study for other locations, to be implemented within a period of 5 years.
To create 7 days and 24 hours of vibrant city centers through integrating, Economic and social activity
To provide long-term visions and goals for desirable TOD development in the city.
To identify the potential and opportunities in the design and Implementation of TOD in Addis Ababa
To prepare the most appropriate, sustainable, and cost-effective implementation strategy.
To prepare contextualized Implementation guidelines.
The duration of the services is estimated to be 18 Months. The expected time of commencement of these assignments will be April 2021. Interested consultants can obtain the terms of reference of the consultancy service from the address specified below. Addis Ababa City Roads Authority (AACRA) now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.
The short listing criteria are:
Core business and years in business: The consultant shall have core business in Consultancy services in Transport Infrastructure projects and have general experience in any type of consultancy services.
Specific Experience requires a consultancy firm with an experience on Transport Oriented Development studies in Urban Context.
Technical capability and managerial organization of the firm.
The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA Credits & Grants by World Bank Borrowers, January 2011 (Revised July 2014) “Consultant Guidelines”, setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. The Expression of Interest should clearly specify the type of relationship the consultants may propose to establish.
A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant Guidelines.
Further information can be obtained at the address below during office hours: from 09:00 A.M to 12:30 A.M and from 2:00 P.M to 5:00 P.M Mondays to Thursdays, and 09:00 A.M to 11:30 A.M and 2:00 P.M to 5:00 P.M on Fridays from Addis Ababa City Roads Authority(AACRA),
Engineering Procurement Directorate, Team 2, Ground floor, Room No. 37.
Expression of Interest must be delivered in one (1) original and three (3) hard copies or electronically to the address below (in person, or by mail) on or before 20th October 2020. Addis Ababa City Roads Authority (AACRA) Engineering Procurement Directorate Attn: Eng. Mohammedawel Seid, Engineering Procurement Directorate, Director Copied to: Team 2, Engineering Procurement Directorate Ground Floor, Room No. 37, AACRA Building, Pushkin Square P.O.Box 9206,
Published on: Ethiopian Herald ( Oct 6, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
NOTICE OF RE-INVITATION ON FOR BID
1. The Addis Ababa City Road Authority; acting as a representative of the Addis Ababa City Administration has allocated budget towards the cost of the Construction Works of Kality Total – Akaki Bridge – Tulu Dimtu External Ring Road RA, Akaki Bridge @ km 2+460, and Design and Build of Bole Jacros and Nifas Silk Ring Road Industry Village Road Projects.
2. The description of the projects is as follows:2.1 Construction Works of Kality Total Akaki Bridge – Tulu Dimtu External Ring Road RA, Akaki Bridge @ km 2+460. The Project involves the construction of the bridge having 61.2m length with 25m width with pile foundation, demolishing, and removal of the existing bridge. It also includes river training works to improve the existing stream. The duration of the project is 365 calendar days including 90 calendar days for clearance of Right of way obstructions. The contract delivery method of the project is Design – Bid – Build (DBB).
2.2 Design and Build of Bole Jacros and Nifas Silk Ring Road Industry Village Road Projects. The project roads are located in Nifas Silk Sub-city and Bole Sub-city which includes both asphalt and cobble roads. The Project covers 828.36 m length with 15m width, 470.09 m length with 16 m width & 272.0 lengths with 20 m width gravel roads and the remaining 3,653.28 m length with 15m width, 2,974.88 lengths with 16m width, 1,517.12 m length with 20m width & 411.05 m length with 25m width Asphalt roads. Nifas Silk Ring road Industry Village road project is a project located to the left side of Mebrat Hail intersection to Haile garment roundabout. And Bole Jacross road project is a project located around Salihite Mehiret church and Jacross roundabout. The road contains different road cross-section. The purpose of those roads is for the accessibility of the industry villages. The duration of the projects is 730 calendar days including 180 calendar days of design period and mobilization Period and 90 calendar days for clearance of Right of way obstructions. The Contract delivery method of the project is Design and Build (DB).
3. The Addis Ababa City Roads Authority (AACRA) now invites bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction of the above bridge and road construction projects.
4. Interested bidders shall submit the following evidence: a) In the case of Ethiopian Bidders:i. Certificate of Registration from Ministry of Urban Development, Housing and Construction or other appropriate regional bureaus with relevant Category BC-1 or RC-2 or GC-3 and above renewed for 2012 EFY for Construction Works of Kality Total – Akaki Bridge – Tulu Dimtu External Ring Road RA, Akaki Bridge @ km 2+460, and Category RC-1 or GC-1 renewed for 2012 EFY for Design and Build of Bole Jacros and Nifas Silk Ring Road Industry Village Road Projects. ii. Trading License renewed for 2012 EFY; iii. Tax Clearance Certificate, which states that the bidder can participate in any public tender and valid at the deadline for submission of the bids; iv. VAT Registration Certificate; Registration as Supplier in the list of the mandated Public body, i.e. Public Procurement and Property Administration Agency (PPPAA); b) In case of bidders other than Ethiopians; Business Organization Registration Certificate or Trade License issued by the country of establishment.
5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible contractors as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash flow, General and Specific Experience for the project is as shown below:
5.1 Construction Works of Kality Total Akaki Bridge – Tulu Dimtu External Ring Road RA, Akaki Bridge @ km 2+460
Item No
Qualification criteria
Minimum requirement
For local bidders
For foreign bidders
1
Annual construction turn over (ACT
ETB 243 Million (peak)
ETB 486 Million
ACT requirement for a JV of local and foreign bidders is ETB 364 Million (average)
2
Liquid asset/cash flow/requirement
ETB 61 Million
ETB 81 Million
3
General experience
A minimum of two (2) years of experience under construction contracts in the role of contractor, joint venture partner or subcontractor prior to the deadline forbid submission.
A minimum of five (5) years of experience under construction contracts in the role of contractor, joint venture partner or subcontractor prior to the deadline for bid submission
4
Specific experience
At least one (1) bridge project with a minimum of 25m bridge length which is at least 75% successfully and substantially completed within the last 10 years as a contractor , joint venture partner or subcontractor with a value of at least ETB 243 MillionORAt least two(2) bridge project with a minimum of 12.5m bridge the length which is at least 75% successfully and substantially completed within the last 10 years as contractor, joint venture partner or subcontractor with a value of at least ETB 121.5 Million for each
At least two(2) bridge project with a minimum of 61.2m bridge length which is at least 85% successfully and substantially completed within the last 10 years as a contractor, joint venture partner or subcontractor with a value of at least ETB 243 Million for each
5.2Design and Build of Bole Jacros and Nifas Silk Ring Road Industry Village Projects
Item/ No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover ACT
ETB 347.2Million (Peak)
ETB 694.4 Million (Average)
(ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 520.8 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 86.8 Million
ETB 115.73 Million
3
General Construction Experience
A minimum 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or subcontractor.
A minimum 5 Yearsof experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor.prior to the dead line for bid submission
4
Specific Construction Project Experience
At least one project which contains Asphalt concrete or any asphalt surfacing or airport asphalt road construction or upgrading or rehabilitation road with ,inimum of 21 km with a value of at least 611.2 million and gravel road construction or upgrading a minimum of 4km with a value of atleast 83.2 Million which is 75% successfully and substantially completed with in last 10 years as contractor Joint venture partner or sub contractorORTwo project which contains Asphalt concrete or any asphalt surfacing or airport asphalt road construction or upgrading or rehabilitation road with ,minimum of 10.5 km with a value of at least 305.6 million and gravel road construction or upgrading a minimum of 2km with a value of atleast 41.6 Million which is 75% successfully and substantially completed with in last 10 years as contractor Joint venture partner or sub contractor ORAt least one Asphalt concrete or any asphalt surfacing or airport asphalt road construction or upgrading or rehabilitation road with, minimum of 25 km with a value of at least 75% successfully and substantially completed within last 10 years as contractor Joint venture partner or subcontractor at least ETB 694.4 MillionOrtwo Asphalt concrete or any asphalt surfacing or airport asphalt road construction or upgrading or rehabilitation road with, minimum of 12.5km with a value of at least 75% successfully and substantially completed within the last 10 years as contractor Joint venture partner or subcontractor at least ETB 347.2.4 Million for each
At least two project which contains Asphalt concrete o road construction or upgrading or rehabilitation road with ,minimum of 21 km with a value of at least 611.2 million and gravel road construction or upgrading a minimum of 4km with a value of atleast 83.2 Million which is 75% successfully and substantially completed with in last 10 years as contractor Joint venture partner or sub contractorOrAt least two 2 project which contains Asphalt concrete or upgrading or rehabilitation road with ,inimum of 25 km for each which at least 85% successfully and substantially completed with in last 10 years as contractor Joint venture partner or sub contractor with a value of at least ETB 694.4 Million each
6. If a Bidder was awarded and /or recommended for award of any works contract/s by AACRA with in the last 6 (six) month prior to the bid submission, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject project; and criteria of the awarded contract/s and/or those recommended to be awarded.
7. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 to 12:30 A.M and 1:30 to 5:30 P.M from Mondays to Thursdays and 8:30 to 11:30 A.M and 1:30 P.M to 5:30 P.M on Fridays. A complete set of bidding document prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 100 for each project effective as of october 07, 2020. The method of payment shall be in cash.Address: Addis Ababa City Roads AuthorityEngineering Procurement DirectorateGround Floor, Room No. 39
Tel: 251-11-372-89-48
Addis Ababa, Ethiopia
8. Bidders shall submit their bids in two envelopes, Qualification information & Bid Security” in one envelope and “Financial Bid” separately in another envelope and the two envelops sealed in on other outer envelopes.
9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified bidders next.
10. The value of total certified payments received in each year (Annual Construction Turnover) shall be adjusted for inflation of Birr value by multiplying them by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the date 28 days prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the exchange rate prevailing on the last date of the respective fiscal year.
11. For the specific construction project experience requirement, the contract price of projects referenced by the Bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
12. Bids must be delivered to the address below on or before November 05, 2020 at 2:30 P. M. All bids must be accompanied by a bid security of ETB 500,000.00 (ETB: Five Hundred Thousand) for each project. Late bids will be rejected. One original and four copies of the bids have to be submitted.
The Qualification information and Bid security of the bidders will be openedimmediately after the submission deadline in the presence of bidders’ representatives who chose to attend at the address below.
Director General
Addis Ababa City Roads Authority
In front of Alexander Pushkin Roundabout
P. O. Box 9206
Addis Ababa, Ethiopia
Tel. +251-11-372-89-53/48
13. The Addis Ababa City Roads Authority reserves the right to accept or reject any or all bids.
Published on: Addis Zemen ( Oct 6, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation to Bid
National Competitive Bidding
Procurement No:-SMTSE/ነታ/ግጨ/06/2013/2020
Procurement Name: Construction of Fuel Station & Installation of 100m² Underground Tanks
Type of Work: The work shall include the construction of civil works and installation of the underground fuel tank at different locations in Addis Ababa.
The Addis Ababa City Government Sheger Mass Transport Service Enterprise has funds within the Employer’s budget to be used for the procurement of work stated above.
The Addis Ababa City Government Sheger Mass Transport Service Enterprise invites sealed bids from eligible bidders for the Procurement of work stated above. Interested eligible bidders are invited to submit bids for the construction of civil works and installation of underground fuel tanks as per the detail drawing and client’s requirement.
Interested bidders shall submit the following Qualification Document;
a) Eligible bidders shall have a valid Business The license in Construction Grade category of GC3 / BC3 or above renewed for at least 2012/13 E.C. and other appropriate documentary evidences demonstrating the bidder’s compliance which shall include:
i. Its Trading license renewed for at least 2012/13 E.C;
ii. Its tax clearance certificate valid at least at bid submission date that permits the bidder to participate in any public tender, and VAT registration certificate; and
iii. Registration as supplier in the list of the mandated public body, i.e. Public Procurement and Property Administration Agency (PPPAA)
b) Relevant professional practice certificates;
Bidding will be conducted in accordance with the open National Competitive Bidding Procedure contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders.
Interested eligible bidders may obtain further information at Sheger Mass Transport Service Enterprise, Procurement, and Property Administration Department, at Eyerus Building, 7th Floor, 22 street next to Meklit Building, Tel. +25111-8-33-3462/0118-33-40-76, Addis Ababa Ethiopia.
A complete set of Bidding Documents in English may be purchased by interested bidders at the address mentioned on the item number 5 with a non-refundable fee of Ethiopian Birr (ETB) 200.00 (Two Hundred Ethiopian Birr). The method of payment will be in Cash. The bid Proposal must be submitted in hard copy.
Each Bid shall be valid for a period of 90 days after bid opening and must be accompanied by a bid security of ETB 100,000.00 (One hundred Thousand Ethiopian Birr) in the form of CPO or Unconditional Bank Guarantee.
The bid along with the bid security must be delivered to the addresses mentioned in number 5 on or before 2:00 p.m., October 23, 2020 G.C/Tikmit 13/2013 E.C. No liability will be accepted for loss or late delivery. Technical Bid Documents will be opened at the same place, same date, and 2:30 P.m. (after-noon) in the presence of bidders or bidder’s representatives who chose to attend.
Sheger Mass Transport Service Enterprise reserves the right to reject any or all bids, to waive informalities, to advertise for new bids or to proceed and do the work otherwise as may be for its best interest.
Published on: Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
REQUST FOR EXPRESSSION OF INTEREST (Eol).
HYDRO STUDY AND DRILLING
SUPERVISION WORKS AND BOREHOLE
DRILLING CONTRACTORS
OF ETV IN AYAT CHEFFE
Ethiopian Airlines Employees Village (ET-V) located at Bole Kifle Ketema, Woreda 15, Ayat cheffe area, invites interested
Consultants to submit their Expression of Interest to carry a Hydro-geological/geophysical Investigation and Drilling Supervision works.
Water borehole Drilling contractors who can handle both the study in no. 1 above and the drilling works taking responsibility to deliver the end result of the TOR.
Documents required for the preparation of the submission is available from 07 October 2020.
For enquiries and Eol documents, please contact ETV office Manager
Mobile no.: +251 911 68 54 11
e-mail: thomasbekele01@gmail.com
Closing date & time: 22 Oct, 2020,14:00 hrs. (local time)
Published on: Addis Zemen ( Oct 2, 2020 ) /Place of Bid Competitions:ADDIS ABABA
Remaining Time for Bid Submission
INVITATION TO NATIONAL COMPETITIVE BIDDING (NCB) FOR THE
PROCUREMENT OF CONSTRUCTION OF ENA EXISTING
BUILDING PARTITION WALL FOR ETHIOPIAN NEWS AGENCY
Procurement Reference Number: ENA 002/ 2013
The Federal Democratic Republic of Ethiopia, Ethiopian News Agency invites the bid for the Construction of ENA Existing Building Partition Wall through National Competitive Bidding (NCB) Procedures.
The Federal Democratic Republic of Ethiopia, Ethiopian News Agency invites sealed bids from eligible Bidders that have GC/BC/SC-10 and above Construction Licenses valid for the Ethiopian Fiscal Year, (EFY, 2012), Trade License valid for the Ethiopian Fiscal Year (EFY, 2012), VAT Registration Certificate, TIN Certificate, valid Tax Clearance Certificate and with Registration in the Suppliers List of Public Procurement and Property Administration Agency (PPA),for the construction of ENA Existing Building Partition Wall for Ethiopian News Agency by providing all necessary Materials, Equipment and Labor which is proposed to be built in Ethiopia, Addis Ababa city, Arada Sub-City, Woreda 04 (around Semen Hotel).
Bidding will be conducted in accordance with the OPEN Bid Tendering Procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia. The bidder should have experience in the construction of similar Works.
Interested eligible bidders may obtain further information and clarification on the bid documents from Federal Democratic Republic of Ethiopia, Ethiopian News Agency, Address – Ethiopia, Addis Ababa, Arada Sub-City, around Semen Hotel); Tel. +251-111- 550011, +251-111-264473, BOX 530; or www.ena@imail.ena.gov.et
A complete set of Bidding Documents prepared in English may be purchased by interested eligible bidders from Federal Democratic Republic of Ethiopia, Ethiopia, Ethiopian News Agency, Address – Ethiopia, Addis Ababa, Arada Sub-City, around Semen Hotel); Tel. +251-111-550011, +251-111-264473; BOX 530 from 8:30 am up to 5.00 pm, Mondays through Fridays upon presentation of a duly signed and sealed application letter written in English on the Bidder’s Official Letterhead, and upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Ethiopian Birr) after 2 consecutive days from the first date of this announcement on the newspaper. The method of payment for purchasing the bid document will be Cash Hard and soft copies of the bid documents (drawings in soft copies, PDF) could be hand-picked in person by the bidder’s representative mentioned in the application letter upon presentation of an identification card. The Employer assumes no liability for loss or late delivery of the purchased bid document.
Bid proposals comprising One Original and One Copies of the Technical (Qualification) and financial Proposals should be presented to the address below at or before October 19, 2020, 9:30 am to Ethiopian News Agency Late bids shall be rejected and will be returned unopened to the Bidder.
All bids must be accompanied 10,000,00 (Ten Thousand Only) ETB Bid Security, as specified in the tender documents. The Bid Security shall be in the form of a Certified Check (CPO) or an Unconditional Bank Guarantee.
Bids will be opened in the presence of the Bidders representatives who choose to attend in person. Bids will be opened at the Ethiopian News Agency office Editorial Hall on October 19, 2020, at 10:00 am hours.
The Federal Democratic Republic of Ethiopia,
Ethiopian News Agency reserves the right to accept or reject any or all bids.
Published on:Addis Zemen ( Oct 2, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation to Bid
Procurement reference number: Bid No.14/2013
The Ethiopian Petroleum Supply Enterprise (EPSE) has funds within the Procuring Entity’s budget to be used for the procurement Civil construction works for staff residence for its Gondar Depot located at Gondar Town
The Ethiopian Petroleum Supply Enterprise invites sealed bids form eligible bidders for the furnishing the necessary labour, materials and equipment for construction and completion of staff residence for its Gondar Depot
Bidding will be conducted in accordance with the open national tendering procedures for the Procurement of Works contained in the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia and is open to all registered Contractors of Category GC/BC grade 2 & 3 with documents evidencing eligibility ((TIN VAT, trade license tax clearance ,certificate of registration for registered contractor status )
Bids shall submitted into two separate outer envelopes, the first envelope containing the original and copy of the technical proposal envelopes; the second envelope containing the original and copy of the financial proposal envelopes
Interested eligible bidders may obtain further information from EPSE and inspect the bidding document at the address given below at 9(a) from: 08:00 at 12:00 hours AM and 01:00 to 05:00 hours PM.
A complete set of Bidding Documents prepared in the English language may be obtained by any interested bidders, at the address below at 9(b) upon payment in cash, a non-refundable fee of Ethiopian Birr 300.00 (Three Hundred Birr Only)
Bids must be delivered to the address below at 9(c) at or before 24/02/2013. 10 bours AM Addis Ababa time Bids must be accompanied by a bid security of 200,000.00 Ethiopian Birr and shall be in CPO issued by a recognized Bank established in Ethiopia.. Late bids shall be rejected.
Bids will be opened in the presence of the bidder’s representatives who choose to attend at the address below at 9 (d) at 24/02/2013 10:05 hours AM Addis Ababa time.
(a) Address documents may be inspected: Ground Floor Room 06,
(b) Address documents will be issued from: …. Ground Floor Room 06,
(c) Address Bids must be delivered to: 6th Floor Room No 602
(d) Address of Bid Opening: 6th Floor Room No 602 at EPSE Building, Roosevelt Street Near Mexico Square,
10. The EPSE has the right to Accept or reject any or all Bids without assigning any reason.
Published on:Reporter ( Sep 30, 2020 ) /Place of Bid Competitions:Sebeta
Remaining Time for Bid Submission
INVITATION TO OPEN BID FOR DESIGN,
CONSTRUCTION OF SUBSTRUCTURE CIVIL
WORKS, SUPPLY AND ERECTION WORK OF
STEEL STRUCTURE RAW MATERIAL WAREHOUSE
Repi Soop & Detergent Plc is seeking proposals for engineering services for the design and construction of substructure civil works, design, supply & erection of steel structure for raw material warehouses in Repi Soap and Detergent Plc, factory compound located at Kara Kore. Services will include design and supply of the necessary, material, labor, equipment and execution of all the work for the ware houses. The offeror shall be a registered contractor of minimum grade 5 and above with previous related experience of steel structure ware house works and should present a business license valid for the current year and VAT registration certificate.
Bidders should strictly follow the following instruction.
A completed set of documents purchased by interested bidders from the stated address and upon payment of non-refundable fee of Birr 200.00 /two hundred Birr/ starting Tuesday. September 30, 2020.
Bidders shall submit one original and one copy of Technical and financial proposals separately to the address below on or before October 15, 2020 at 2:00 PM and must be accompanied by Birr 50,000.00 (Fifty thousand birr) security bid bond. The bid security shall be in the form of Cashiers payment order (CPO), enclosed in a separate envelope & presented inside the Original bid document envelope.
Bids will be opened in the presence of tender committee, on October 15, 2020 2:30 at Repi Soap and detergent Factory premises.
The Bidder must accompany with his Bid copy of its Certificate of Registration from relevant Authority Renewed Trade license, TIN Registration Certificate and VAT registration document, and other relevant documents pertinent to the bid.
Repi soap and detergent PLC reserves the right to accept or reject part or all of the bidding process.
Interested & eligible bidders may obtain further information from the company supply chain department or request by email tofik hussien@et. wilmar-intl.com
Published on: Ethiopian Herald ( Oct 1, 2020 ) /Place of Bid Competitions:Bahir dar
Remaining Time for Bid Submission
Invitation for Bid
Procurement Ref. No. Training…
NCB/ARRCA/2020
1 The Amhara Rural Roads Construction Agency invites all eligible bidders to submit sealed bids for the service On job Training: –
Lot 1. Catchment area delineation fluid volume determination and Hydraulic size determination using different software stated on the TOR
Lot 2:- on Bridge design theory and Bridge Structural design software (leap on STAAD.PRO or any latest version)” and Automated Auto CAD application,
2. interested bidders shall submit the following evidences
a. Certificate of Registration from respective Authorities in Software training or consultants registered with Category-3 and above in General consultancy or Road and Bridge consultancy license renewed at least for 2012 EC.
b. Trade License renewed for 2012 EFY:
C it Tax Clearance Certificate which states that the bidder is eligible to participate in any public tender and valid at least at the deadline for submission of the bids, and
d TIN number & VAT Registration Certificate
e. Eligible Bidders should submit copies of all the necessary documents mentioned above ( from 2 a to 2.d) with their bid proposal
3. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible bidders as specified and defined in the Bidding Document
4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below on working days. A complete set of bidding document prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of Birr 150:00.
5. Bidders shall submit two envelopes “qualification information and bid security” in envelop and “financial bid” separately in another envelop and should be sealed in an outer envelope
6. Evaluation is to be carried out in two stages, Technical qualification first and financial bids for qualified bidders next,
7. Bids must be delivered to tie address below on or before October 16, 2020 at 2:00 PM and will be opened on the date specified above @2:30PM. The bid must be accompanied by a bid security of ETB 15,000.00 (ETB Fifteen Thousand only) bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/ bidders! representatives who choose to attend at the address below, on the final date and time of bid submission as stated above
8. The Amhara Rural Roads Construction Agency reserves the right to accept or reject any ox all bids.