The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

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

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

Remaining Time for Bid Submission

PROCUREMENT REFERENCE NUMBER: Construct 06/20

Subject: INVITATION TO BID

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

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

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

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

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

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

WVE-Support Service Division (Administration Department),

Head Office, Addis Ababa

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

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

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

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

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

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

Construction Works of Fik – Segeg – Gebro Road Project

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

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BIDS

1.The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.

Package VI (6)
Item NoProject Name EstimatedLength (km)Pavement TypeProject DurationContract DeliveryProcurement Type
1Construction Works of Fik – Segeg – Gebro- Denan, Lot 1: Fik – Segeg (Km 0+000 – Km 90+000) Road Project90.0 DBST3.5 YearsDBBICB 
2Construction Works of Fik – Segeg – Gebro- Denan, Lot II: Segeg – Gebro – Yoale (Km 90+000 – Km 191+000) Road Project101.0 DBST3.5 YearsDBBICB 
3Construction Works of Negele Borena – Doloado – Melka Siftu, Lot 3: Filtu – Km 93 Road Project93.0 AC 3.0 Years DBBICB 
4Construction Works of Adola – Melka Desta – Harenfama Road Project74.9 AC 3.0 Years DBBICB 
5Continuation of Construction Works of Diri – Masha Road Project, Contract I: Gimbo – Konda (Km 61+960) Road Project61.96AC 3.0 Years DBBICB 

Note: – DBB = Design, Bid and Build; ICB = International Competitive Bidding; DBST = Double Bituminous Surface Treatment; and AC = Asphalt Concrete

2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above road projects.

3. Interested bidders shall submit the following evidence:

a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include:

 i) Trading License renewed for 2012 EFY;

ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;

iii) VAT Registration Certificate; and

iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).

b. In case of bidders other than Ethiopians;

i) Business organization registration certificate or Trade License issued by the country of establishment.

ii) Tax Clearance Certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country, Ethiopia.

4. Bidding will be conducted through International Competitive Bidding (ICB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:

Qualification and Evaluation Criteria of Package VI (6) Road Projects

4.1 Construction Works of Fik – Segeg – Gebro – Denan, Lot 1: Fik – Segeg (Km 0+000 – Km 90+000) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 341 Million (Peak)ETB 852 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 639 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 106 Million ETB 142 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Gravel Road Construction / Upgrading /Rehabilitation Project with a Value of ETB 1.044 Billion; ORA Minimum of Two (2) Gravel Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 522 Million;A Minimum of Three (3) Gravel Road Construction / Upgrading /Rehabilitation Projects Each with a Value of ETB 348 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Any Type of Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.492 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.2 Construction Works of Fik – Segeg – Gebro – Denan, Lot II: Segeg – Gebro – Yoale (Km 90+000 – Km 191+000) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 384 Million (Peak)ETB 960 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 720 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 120 Million ETB 160 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Gravel Road Construction / Upgrading /Rehabilitation Project with a Value of ETB 1.176 Billion; ORA Minimum of Two (2) Gravel Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB588 Million; ORA Minimum of Three (3) Gravel Road Construction / Upgrading /Rehabilitation Projects Each with a Value of ETB 392 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Any Type of Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.681 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.3 Construction Works of Negele Borena – Doloado – Melka Siftu, Lot 3: Filtu – Km 93 Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 419 Million (Peak)ETB 1.049 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 787 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 131 Million ETB 174 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experience A Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.102 Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 551 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 367 Million; In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.574 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.4 Construction Works of Adola – Melka Desta – Harenfama Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 731Million (Peak)ETB 1.829 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.372 Billion (Average)
2Liquid Asset/Cash Flow RequirementETB 228 Million ETB 304 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.921 Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 960 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 960 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 2.744 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.5 Continuation of Construction Works of Diri – Masha Road Project, Contract I: Gimbo – Konda (Km 61+960) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 396 Million (Peak)ETB 990 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 743 Million (Average)
2Liquid Asset/Cash Flow RequirementETB123 Million ETB 165 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.04  Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 520 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 346 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.486 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

5. If a bidder is awarded and /or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects; and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criteria is stated in the respective bidding documents.

6. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.

A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of September 26, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia – Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15

7. Bidders can apply for one or for all or for any number of projects from the above listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economical advantage .

8. Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.

9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.

10. Bids must be delivered to the address, time and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.

11. The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28th day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.

12. For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th day prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.

13. Bids must be delivered to the address below on or before November 12, 2020 at 2:30 P.M.

Director General

2nd Floor, Conference Room

Ethiopian Roads Authority

Ras Abebe Aregay Street

P. O. Box 1770

Addis Ababa, Ethiopia

Tel. +251-11-551 71 70/79

Fax. +251-11-5514866

14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.

ETHIOPIAN ROADS AUTHORITY

Oromia Rural & Urban Road Maintenance Supervisory Works

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

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BID 

Procurement Reference Number: ORA/NCB/RFP/Mp01/2013 

  1.  The office of the Road fund administration of FDRE has Allocated Budget towards the cost of maintenance of Oromia region Urban and Rural Road Agencies and intends to apply a portion of this budget to eligible payments under this contract for the supervision of road maintenance works.
  2. The Oromia Roads Authority (ORA), on behalf of the office of the Road fund administration now invites all Local General consultants or Road Consultants of Category III and above to identify potential consultants that shall undertake a contract for the Consultancy Services of roads maintenance (Periodic, Routine maintenance and Road upgrading of selected road segments) also roads maintenance in Oromia towns which are carried out by the respective road agencies. 
Ser NoName of Project  LocationZone Project Length (KM) Bid Bond Amount Duration 

of the 

Service 
1Oromia Rural &Urban Road Maintenance Supervisory Works Twenty Zones and 

Fifteen Urban 

Towns in the 

Region 
6,336.75 +Urban  50,000.00One Year 

3. Bidders, who can provide Renewed & Relevant valid business license, and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include Trading Licenses and Registration Certificates, renewed for the bidding period, and Tax Clearance Certificate, which states that the bidder can participate in any public tender & valid at bidding period, VAT Registration Certificate and Taxpayer identification(TIN) certificate from the concerned Authority can participate for the BID. 

4. Interested eligible bidders may obtain further information and inspect the bidding documents from ORA’s Head Office at the address given below at office hours. A complete set of bidding documents, prepared in the English Language, may be purchased by any interested eligible bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 300.00 (Three Hundred Birr) only effective from the first date of announcement up to 30 days 

5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document 

6. The bidder shall submit One Original and two photocopies for both the Technical proposal and financial offer. The technical proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY respectively, then placed in another outer envelope. Finally, the whole documents shall be placed in a single wax-sealed envelope whose outer cover containing all necessary information about the firm & Employer including project information 

7. Bids must be delivered to the address below on or before October 23, 2020 at 2:00 pm. Late bids will be rejected. Technical Proposals will be opened by the procurement and supply Directorate of the Authority in the presence of bidders’ representatives who choose to attend, at the address below on the same date at 2:30 pm. 

8. Bidders must meet the minimum qualification criteria for their Financial Proposal to be opened. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder. 

9. Financial Proposal of qualified bidders will be opened, at the same address given below, on the date that is to be declared by the Authority’s Bid Endorsing Committee, after completion of the evaluation of Technical Proposals. 

10. Oromia Roads Authority reserves the right to reject any bid and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders. 

Oromiya Regional Government Sectorial Office Building around Sarbet. Oromia Roads Authority, 

5th floor, Procurement and Supply Directorate P.O.B. 42937, Tel. 011-3718052 Fax +251-113-718092 

Finfinne, Ethiopia Oromia Roads Authority 

4B+G+25 Construction

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

Remaining Time for Bid Submission

INVITATION TO BID

OPEN INTERNATIONAL COMPETITIVE BIDDING

Tender No. FP/OT/10/SC/2020

1. The Federal Democratic Republic of Ethiopia (FDRE) Sugar Corporation has allocated budget from its own sources towards the construction cost of the 4B+G+25 (Thirty Storey) Sugar Corporation Head Quarter Building Project and intends to apply part of this budget to eligible payments for the Design and Build works to be procured through International Competitive Bid (ICB).

2. The project is located in Addis Ababa City, around Mexico square beside the Phillips building. A preliminary Architectural, Structural, Electrical, Mechanical, and Plumbing designs have already been done by the Engineer. The works and services under these contracts consist of the development of final designs in strict conformity with the preliminary design and municipality regulation, preparation of detailed engineering designs, and construction of the Head Quarter Building. The preliminary design documents are found in the Employer’s Requirement; section V, of this document for reference.

3. The FDRE Sugar Corporation now invites bidders to submit sealed bids for providing the necessary labor, material, and machinery for the design and building of the project.

4. A complete set of bidding documents in English can be purchased by interested bidders during office hours from the address mentioned below upon payment of a non-refundable fee of Eth. Birr 5,000.00 (Birr Five Thousand) in cash.

5. Interested bidders shall submit the following evidence;

a. In the case of Locally Registered bidders, Certificate of Registration from Ministry of Construction or other authorized institutions, with Category GC-1 or BC-1, renewed for 2012 EFY and other appropriate documentary pieces of evidence demonstrating the bidder’s compliance, which shall include:

1. Trading License renewed for 2012 EFY;

  • ii. Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date and VAT Registration Certificate, and
  • iii. Suppliers registration certificate, in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA). TIN

b. In case of bidders other than those registered locally;

business organization registration certificate or Trade License together with all necessary legal requirements, issued by the country of establishment, authenticated by FDRE, Ministry of Foreign Affairs, and

Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has an ongoing or completed project in the Country, Ethiopia.

Bidding of this DB will be conducted through International Competitive Bidding (ICB) procedures and is open to all eligible bidders as specified and defined in the Bidding Document.

Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:00 a.m. to 12:00 a.m. and 1:00 p.m. to 5:00 p.m. local time from Monday to Friday. A complete set of bidding document prepared in the English Language may be purchased by interested bidders on the submission written application to the address below and upon payment of a nonrefundable fee in an amount stated in item number 4 above, The method of payment shall be in cash or Certified Cheque /CPO issued by domestic Bank; or issued by a renowned international Bank and counter guaranteed by a domestic bank.

8. Bidders shall submit their Bids in two envelopes, the first envelope labeled as “Qualification information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed on another outer envelope.

9. Evaluation is to be carried out in two stages, Qualification Information / Technical Evaluation first and based on the Financial Bids of qualified Bidders final evaluation of a combined result next

10. All bids must be accompanied by bid security: Birr 2.5 million (Two Million Five Hundred Thousand) or USD 75,000.00 (Seventy-Five Thousand), The bid security shall be in the original form of Unconditional Bank Guarantee or CPO from any Commercial Bank in Ethiopia. The Bid Security shall be valid for at least One Hundred Fifty (150) days after the Bid submission deadline.

The bid shall remain valid for One Hundred Twenty (120) days after the bid submission deadline.

Address: Sugar Corporation Head office Procurement and Logistics Office

2nd Building, 4thFloor, Room No. 402

Tel: +251-11 5516271, +251-11 5524589, Box: 20034-1000 Sub City:

Kirkos, Addis Ababa, Ethiopia

  • 11. Sealed bid marked as per the instructions given to the bidders in the tender document and addressed to the above address must be received by the BUYER at or before 2:00 pm November 10, 2020. The document will be received through a bid box or hand-delivered. No liability will be accepted by the buyer for loss or late delivery.
  • 12. Bids will be opened in the presence of bidders or their representatives who choose to attend on the date and address specified above 10th-floor sugar corporation conference hall at 2:10 pm 10 November 2020 (afternoon).
  • 13. The Employer reserves the right to accept or reject any or all bids.
  • 14. Partial bid is not allowed,
  • 15 Partial award shall not be granted.
  • 16 No one is allowed to duplicate or transfer the bidding document that one acquired to participate under this invitation. Legally authorized agents can collect the bidding documents for each principal they are representing.
  • 17. Bidders are seriously advised to read and comply with the instruction provided in the bidding document.

FDRE Sugar Corporation

የውሃ ማስፋፊያ ፕሮጀክት

Published on: Addis Zemen ( መስከረም 13፣ 2013 ) /Place of Bid Competitions:በጉራጌ ዞን 

Remaining Time for Bid Submission

ግልፅ ጨረታ ማስታወቂያ ቁጥር 1 

በደ/ብ/ብ/ክ/መንግስት በጉራጌ ዞን የእኖር ኤነር ወረዳ ፋ/ኢ/ል/ጽ/ቤት የውሃ ማስፋፊያ ፕሮጀክት ተጫራቾችን አወዳድሮ ማሰራት ይፈልጋል፡፡ ስለዚህ በጨረታው መወዳደር የሚፈልጉ ተጫራቶች መሳተፍ ይችላሉ፡፡ 

  1. ደረጃቸው 5 እና ከዚያ በላይ፡፡ 
  2. የዘመኑ ግብር የከፈሉና ፈቃዳቸውን ያደሱ ፤ የግብር ከፋይ መለያ ቁጥር/ TIn ማቅረብ የሚችሉ፤ የተጨማሪ እሴት ታክስ VAT NO. ተመዝጋቢ የሆኑ፡፡ 
  3. በጨረታው መወዳደር የሚፈልጉ ተወዳዳሪዎች የሚገዙት የጨረታ ሰነድ ጠቅሰው በማመልከቻ ሲጠይቁ ተወካዮች ከሆኑ ከድርጅቱ ህጋዊ ውክልና ይዘው መቅረብ አለባቸው፡፡ 
  4. ከላይ የተጠቀሱትን መስፈርቶች አሟልተው ሰነድ ለመግዛት ሲቀርቡ ከጉ/ዞ/እ/ኤ/ወ/ው/ማ ጽ/ቤት የሳይት ምልከታ ደብዳቤ ይዘው መቅረብ አለባቸው፡፡ 
  5. የጨረታ ሰነዱን ይህ ማስታወቂያ ከወጣበት ቀን ጀምሮ እስከ 21ኛው ቀን እስከ 6፡00 ሰዓት ድረስ የማይመለስ 200/ሁለት መቶ ብር በመክፈል መውሰድ ይችላሉ፡፡ 
  6. የጨረታውን ቴክኒካል ዶክመንት አንድ ኦርጅናል ሁለት ፎቶ ኮፒ በተለያየ ፖስታ በማሸግ ኦርጅናልና ኮፒ ብሎ በመፃፍ በእናት ፖስታ በሰም በማሸግ ማስገባት፡፡ 
  7. የጨረታው ፋይናንሽያል ዶክመንት አንድ ኦርጅናልና ሁለት ኮፒ በማዘጋጀት ኦርጅናልና ኮፒ ብሎ በመለየት በእናት ፖስታ በሰም በማሸግ ማስገባት፡፡ 
  8. የጨረታው ማስከበሪያ የሚውል 30,000/ሰላሳ ሺህ ብር/ በባንክ የተረጋገጠ ሲፒኦ ፤ቢድ ቦንድ ወይም በጥሬ ገንዘብ በእኖር ኤነር ወረዳ ፋ/ኢ/ል ስም በማሰራት ከኦርጅናል ዶክመንት ጋር በማስገባት የጨረታ ማስታወቂያ ከወጣበት ቀን ጀምሮ እስከ 21ኛው ቀን 8፡00 ሰዓት ድረስ ማስገባት ይችላሉ :: 
  • ጨረታው በዚሁ እለት 8፡00 ሰዓት ታሽጎ 8፡30 ሰዓት በእ/ኤ/ወ/ፋ/ኢ/ል ጽ/ቤት ይከፈታል፡፡ የጨረታው መከፈቻ ቀን ቅዳሜና እሁድ ወይም የበዓል ቀን ከሆነበሚቀጥለው የስራ ቀን ይከፈታል፡፡ 
  • መስሪያ ቤቱ የተሻለ አማራጭ ካገኘ ጨረታው በሙሉ ሆነ በከፊል የመሰረዝ መብቱ የተጠበቀ ይሆናል፡፡ 
  • ለበለጠ መረጃ ስልክ ቁጥር፡- 0910 99 23 68/0913 10 52 80 
  • ማሳሰቢያ፡- በአፈፃፀማቸው ምክንያት ማስጠንቀቂያ የተሰጣቸው መወዳደር አይችሉም፡፡ 

በደ/ብ/ብ/ክ/መንግስት በጉራጌ ዞን 

የእኖር ኤነር ወረዳ ፋ/ኢ/ል/ጽ/ቤት

Maintenance Work Dormitory T4 (Block No 28 )…

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

Remaining Time for Bid Submission

Open Competitive Biddings for 

Micro Small Enterprise (IMX) 

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

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



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



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



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



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



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



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



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

Treatment Plant   
50,000 ETB shall be Valid 



for 148 days  
FOR IMX

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

For further information METTU UNIVERSITY 

PROCUREMENT DIRECTORATE OFFICE 

Tell. No +251-471410529 

Fax No 318 Mettu University 

MAINTENANCE OF DINNING, KITCHEN AND NEW BEDROOMS FOR KITCHEN WORKERS…

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

Remaining Time for Bid Submission

Invitation to Bid /Open for National Competitive Biddings/

1. Mettu University has a budget to be used for the different project Lots in 2013 E.C budget year. So the university invites all eligible bidders of category General Contractor of GC-6 or Building Contractor of BC-6 and above who fulfill the following requirements that should be attached with the application

  • VAT registration certificate, a valid Tax clearance certificate issued from Inland Revenue, Business organization registration certificate, trade license renewed for 2013 EC, Registration Certificate in the suppliers list under Public Procurement & Property Administration Agency for Domestic Bidders
  • Relevant professional certificate as appropriate

2. A complete set of bidding document may be purchased at Mettu University procurement Directorate office upon submission of written application and a non-refundable fee of 500ETB (Five Hundred Ethiopian Birr) in cash starting from the first announcement day of the bid up to 21st calendar days.

3. All bids must be accompanied by the bid security at the Bidder’s option could be in the form of CPO (Certified cheque or Payable order,) or an unconditional Bank Guarantee addressed to the project title given in the table below and Securities issued by foreign banks shall be counter-guaranteed by an Ethiopian bank.

ProjectLotProject title P. reference NoBid Bond 
LOT-9MAINTENANCE OF DINNING, KITCHEN AND NEW BEDROOMS FOR KITCHEN WORKERSMeu/Con/009/2013 50,000 ETB shall be Valid for 148 days 
Maintenance of SEMINAR-BLOCK 5,6 And 7
LOT-10Maintenance Work DORMITORY-T2 (BLOCK 33)- FullMeu/Con/010/2013 
Maintenance Work DHB-Finance Office-Full
Maintenance Work Dormitory-T4 (Block No 35)

4. Bidding will be conducted in accordance with the Open National tendering procedure contained in the public and procurement administration proclamation of the government.

5. Submission and opening of the bid (at Mettu University procurement Directorate office)

a) The deadline for Bid submission (both technical and financial offers independently) is: 21st Calendar day beginning from the first date of advertisement. If the 21st calendar day is a holiday the last bid submission date will be the next working day. Time: 10:00 AM (morning 4:00Local time) for lot-9 and 11:00 AM (morning 5:00Local time) for lot-10.

b) The Bid proposal opening is: 21st Calendar day beginning from the first date of advertisement. If the 21st calendar day is a holiday the last bid submission date will be the next working day. Time: 10:15 AM (morning 4:15Lecal time) for lot-9 and 11:15 AM(morning 5:15Local time) for lot-10.

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

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

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

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

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

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

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

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

6. The Intended completion date of the whole of the works shall be 180 calendar day

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

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

For further information

METTU UNIVERSITY

PROCUREMENT DIRECTORATE OFFICE

Tell. No +251-471410529

Fax No 318

Mettu University

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

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

Remaining Time for Bid Submission

Invitation for Bids 

Bid No, ORDA/NCB/PW/01/2020 

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

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

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

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

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

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

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

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

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

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

Organization for Rehabilitation and 

Development in Amhara (ORDA) 

Training

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

Remaining Time for Bid Submission

Invitation to National Bid for the procurement of Different Types of Training

Floating Date: As of September 25, 2020

RFQ No: 4034054 & 4036043

Closing Date: October 15, 2020

Ethio Telecom invites interested and eligible bidders in this Bid for the procurement of Different Types of Training

  • Bid Remains under floating starting from September 25, 2020
  • Submission deadline: October 15, 2020 (until 5:00 PM)
  • Opening date: October 16, 2020 (at 10:30AM)

Bid documents can be obtained from ethio telecom’s Head Office, Room No. 201 during office (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00 (Birr one hundred only).

1. All Bids must be accompanied by a bid security in the amount of Birr 20,000.00 (twenty thousand Birr only).

1.1. The bid bond shall be furnished in the format specified in the bid document.

Ethio Telecom’s Head Quarter

Supply Chain Division

2nd floor, Room No. 201

Churchill Road

P. O. Box 1047, Addis Ababa, Ethiopia.

2. Bidders are seriously advised to read and comply with the instructions provided in the bidding document and can obtain detailed information on Ethio telecom web address.

3. Ethio telecom reserves the right to reject all or parts of this bid.

4. No one is allowed to duplicate or transfer the bidding document that she/he acquired to participate under this invitation. Legally authorized agents shall collect the bidding documents for each principal they are representing.

5. Partial bid among lot is allowed, but partial award will be granted within a lot.

For more information, please visit Ethio telecom official

web site: – www.ethiotelecom.et 

Consultant training on construction supervision and contract administration…

Published on:Addis Zemen ( Sep 22, 2020 ) /Place of Bid Competitions:Hawassa

Remaining Time for Bid Submission

INVITATION FOR CONSULTANT BID

NCB BID 009/2013

South Design and Construction Supervision Enterprise intend to procure Three Lot consultant training Irrigation Design, construction and supervision core process.

LOT-1

TRAINING ON DESIGN OF DAM,

APPURTENANT STRUCTURES

HYDROLOGICAL AND GEOLOGICAL ASPECTS

Minimum Requirement

The trainer should fulfill:-

  1. With a minimum of MSc. Degree in Dam/ Hydraulic/ Civil / Structural Engineering
  2. At least 6 year experience in Embankment Dam and its appurtenant structures design works.
  3. Specific experience on Dam design of one or more different projects at least 3 year experience in design of new Dams independently.
  4. Experience in preparation of tender document for dam projects.
  5. Experience in use of computer aided design and drafting
  6. Experience in different dam design software (GEOSTUDIO, CADAM, AUTOCAD CIVIL3D, FLAC3D, GEOHECRAS, HECHMS, HECRAS, SWAT and MATLAB.)

LOT-2

SOFTWARE TRAINING OF CONSTRUCTION

SUPERVISION AND CONTRACT

ADMINSTRATION

Minimum Requirements

The trainer should fulfill:-

  1. With a minimum of MSc. Degree in Hydraulic/ Civil /Construction & Project management Engineering
  2. At least 6 year experience construction supervision and Contract administration & project management works.
  3. Specific experience project scheduling,
  4. Experience in use of computer aided project planning & scheduling
  5. Experience in different project planning & Management Software such PROJECT PLANNER PREMEAVERA, MSPROJECT ETC

LOT-3

AGRICULTURE RELATRD FIELDS

(SECTOREAL) SOFTWARE TRAINING

Minimum Requirements

The trainer should fulfill:

  • With a minimum of MSc. Degree in Irrigation Agronomy, Agronomy
  • At least 6 year experience Irrigation Agronomy project Design and Reporting works.
  • Specific experience project scheduling, on Irrigation Agronomy by irrigation project Design, Reporting and CWR (determination of crop water requirement for different agro-ecology) and ADP (Agricultural Development Plan) preparation
  • Experience in use of computer aided project skill of irrigation development planning for full irrigation investigations under different ecological environment Inigation scheduling
  • Experience in different frigation Agronomy project Software such as CLIMWAT 2.0 for CROPWAT,

New Loo Chim,l10. CROPAT 80 practice system and Ponman-Monteith Equation Background ETC

2. Detail information le indicated in a separate complete set of separate, bidding document (TOR) which may be FREE OF CHARGE

3. Bidders should have relevant trade license renewed a valid for the year 2012 EC VAT registration certificate, TIN certificate and suppliers’ registration certificate,

4. The bid must be delivered wax sealed to the South Design and Construction Supervision Enterprise procurement administration service office No 23 Hawassa and put into the tender Box prepared for the tender, at or before 2:30 PM on 15th days of this announcement on newspaper,

5. The bid document should be prepared in Technical and financial one original and one copies dully marked “original & copy on the Envelop for cach item with separate and should be put in one outer envelope financial and technical offers must be submitted with our format in the bid document.

6. Bid will be closed at 2:30 PM (8:30 local time) on 15th days of the announcement and immediately opened at 3:00 pm(9.00 local time) in the presence of bidders or their legal representatives who are interested to attend at South Design and Construction Supervision Enterprise procurement administration service office No 23 Hawassa city. If the 15th day is not a working day the closing and opening of the bid will take place on the next working day at the same time and the same venue.

7. The bidders should specify the LOT their items indicated on the bid.

8. Sealed bid should be delivered accompanied by 2% bid security of the total cost, in an acceptable bank guarantee (CPO) or certified cheque, valid for 120 days after bid opening.

9. The enterprise reserves the right to cancel all or parts of the bid. Interested bidders may obtain further information from South Design And Construction Supervision Enterprise procurement administration service office No 23 Hawassa city, Tel .046 212 5426,

Full address: – South Design and Construction

Supervision Enterprise located on the Hawassa

university avenue besides SNNPR Road

Autority, Hawassa.

Project Monitoring and Evaluation (Ethio Telecom)

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

Remaining Time for Bid Submission

Invitation to National Bid for the procurement of project monitoring and evaluation 

floating Date: As on September 24, 2020 

RFQ No: 4037062 

Closing Date: October 14, 2020 

Ethio Telecom invites interested and eligible bidders in this Bid for the procurement of Project Monitoring and Evaluation 

  • Bid Remains under floating starting from September 24, 2020 
  • Submission deadline: October 14, 2020 (until 2:00 PM) 
  • Opening date: October 14, 2020 (at 2:30 PM) 

Bid documents can be obtained from ethio telecom’s Head Office, Room No. 201 during office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00 (Birr one hundred only). 

1.All Bids must be accompanied by a bid security in the amount of Birr 30,000.00 (Thirty thousand Birr only). 

1.1. The bid bond shall be furnished in the format specified in the bid document. 

Ethio Telecom’s Head Quarter 

Supply Chain Division 

2nd floor, Room No. 2011 

Churchill Road 

P. O. Box 1047, Addis Ababa, Ethiopia. 

2.Bidders are seriously advised to read and comply with the instructions provided in the bidding document and can obtain detailed information on Ethio telecom web address. 

3.Ethio telecom reserves the right to reject all or parts of this bid. 

4.No one is allowed to duplicate or transfer the bidding document that she/he acquired to participate under this invitation. Legally authorized agents shall collect the bidding documents for each principal they are representing, For more information please visit ethiotelecom “official web site: – 

www.ethiotelecom.et 

Day Care Building at Dessie

Published on: Addis Zemen ( Sep 22, 2020 ) /Place of Bid Competitions:Wollo University

Remaining Time for Bid Submission

Invitation to Bid

National Competitive Bid (NCB)

Wollo University invites eligible bidders for the construction of the following

Project:-

LotDescription of work/ projectLocation Required Grade of ContractorsAmount of Bid Security /ETB/ Bid document Selling price Amount /ETB/
 Day Care Building at DessieDessie CampusBC/GC-6 and above150,000.00 300.00 
  1. Wollo University has funds within the Employer’s budget to be used for the procurement of the above Projects, and intends to apply part of this fund to payments under the contract. Now the University invites eligible Bidders of grade as explained above in the table having a renewed trade licenses valid for the bidding period, to submit sealed bids for providing thenecessary labor, material and equipment for the construction and completion of the above mentioned project.
  2. Bidding will be conducted in accordance with the Open National tendering procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries.
  3. Interested eligible bidders may obtain further information from Wollo University and inspect the bidding documents at the address given below from Monday to Friday within office hours. Bidders shall provide all legal status documents valid for the bidding period.
  4.  A complete set of Bidding Documents in English may be purchased in person in cash by interested bidders as of the first announcement of the bid on newspaper up to the bid closing ume at the address below the presentation of the document mentioned No. 1 above and payment of a non-refundable fee of ETB ‘as shown above in the table’at Wollo University Dessie campus procurement office. No liability will be accepted for loss or late delivery.
  5. One original and one photo copy of Proposal shall be produced in different wax sealed envelopes and each proposal will be sealed in such a way that one original and one photo copy to be sealed in one envelope separately sealed bid security amount as stated above in the table for a project, in acceptable form from a reputable bank Sealed bids shall be delivered for the procurement unit on or before the 22nd day till 4:00 local time counting from the first date of the bid announcement at Wollo University, Dessie campus procurement office.
  6. Bidders must meet the minimum qualification criteria for their financial proposal to be checked and computed: late bidders will be rejected; Proposal bid documents of bidders will be opened in the presence of bidders or their authorized representatives, who may choose to attend on the 2211 day at 4:30 local time counting from the first date of the bid announcement at Wollo University, Dessie campus Procurement Office/hall.
  7. The university reserves the right to accept or reject all or parts of this bid.
  8. Bidders are seriously advised to read and comply with the instruction provided in this bidding document.

Wollo University, PO Box No/Postal Code: 1145, Dessie, Ethiopia,

TEL. +251338119313/

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

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

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ

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

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

የምዕ/በ/ወ/ትም/ጽ/ቤት

3 (Three) Ground Water Drilling Projects

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Bureau Invitation for Bids (IFB)

IFB No.OBANR/IWS (AGP-ID/NCB/15/2020

Project Category: – Ground Water Drilling Projects.

Oromia Agriculture and Natural Resources Bureau has secured a budget from the AGP-II (Agricultural growth program-II) for 3 (Three) Ground Water Drilling Projects listed below at different Woredas and Zones of Oromia National Regional State.

1. Accordingly, the Bureau now invites sealed bids from eligible bidders for the execution and completion of the following projects.

S.NName of ProjectsZoneWereda Area (ha) Area (ha)  Updated Amount Of Bid securityCategory Of invited contractorsWater Abstraction Method 
1Haro SebuKelem WollegaHaro Sebu Agricultural Research Center30301%Licensed for the worksPumping
2SinanaBaleSinana Agricultural Research Center2502501%Licensed for the worksPumping
3MecharaWest HarargheMechara Agricultural Research Center40401%Licensed for the worksPumping
 Total  320320   

2. The construction companies are invited to submit their sealed Financial and Technical proposal document as further clarified in the bidding document for the execution and completion of the cited contract.

3. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to Oromia Agriculture and Natural Resources Bureau Procurement, Property Administration and Logistics Directorate middle building 3rd floor in working hours and upon payment of a non-refundable fee of ETB 300.00 (Three hundred only) for one project. The method of payment will be in cash only.

4. Bids must be delivered to the address below on or before 4:00 A.M. October 21, 2020 Electronic bidding will not be permitted.

5. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at Oromia Agriculture and Natural Resource Bureau Meeting Hall on 4:30 A.M 21 October 2020.

6. Bids shall be valid for a period of 60 days after bid closing and must be accompanied by a bid security of 1% of offered cost in the form of cash payment Order (CPO) or Bank guarantee only.

7. Qualification criteria stated on the bid document should be respected and have to be addressed in a brief and clear way.

8. Late bids will be rejected.

9. Oromia Agricultural and Natural Resource Bureau reserve the right to accept or reject any or all bids.

Address Sarbet Oromia Office 3rd Floor,

Tel. + + 251-118829173 Addis Ababa/Finfinne, Ethiopia

Oromia National Regional State

Oromia Agriculture & Natural Resources Bureau

Grouting and Fault Treatment Work of Kalid-Dijo Dam

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:South Water Works Construction Enterprise 

Remaining Time for Bid Submission

INVITATION FOR RE-BID /IFB Notice to Bidder 

1.1. RE-TENDER NO — SWWCE NCB 30/2020 

1.2. South Water Works Construction Enterprise hereby invites qualified and eligible suppliers and manufacturers to provide an offer for the supply and installation of the following items Supplying and fixing all items fully from the stock will be considered as advantage. 

LOTNO  DESCRIPTION 
1Grouting and Fault 

Treatment Work of Kalid-Dijo Dam 

1.3. A complete bid document may be obtained from block No. 17 the Office Room No. 7 upon payment of a non – refundable fee of Birr 500 (five Hundred birr only) with in 30 consecutive days of this announcement. 

1.4. Bidders must have GC/WC -1 and shall include in their bid recently renewed Trade license and VAT registration certificate. 

1.5. Bidders also shall include the letter from tax agency to participate in bidding 

1.6. All bids must be accompanied by bid security of not less than 2 % of the total price in the form of Bank certified (CPO) or unconditional bank guaranty. 

1.7. The bid security (CPO) or unconditional bank guaranty must be packed with wax sealed financial Document. 

1.8. Bidder shall submit financial proposal original & copy separately in wax sealed envelope and also Technical proposals original & copy separately in wax sealed envelope to the South Water Works Construction Enterprise at Hawassa, on the date of October 21 /2020 afternoon form 8:30 O’clock up to 11:00 O’clock local time. 

1.9. The bid will be opened in the presence of interested bidder or their legal representative on October 22/2020 morning at 3:30 O’clock local time in the Enterprise office No. 17. [If this day become holiday or weekend, the opening will be the next working day.) 

1.10. “All nontechnical documents such as recently Renewed Trade License, VAT registration certificate, the Letter from tax agency to participate in bidding ,Tax identification number/ TIN & the bid security (CPO) or unconditional bank guaranty must be packed together with the financial documents.” 

1.11. All supplied materials or goods are checked and receipt at site level (kalid – dijo head work & irrigation project site). 

1.12. The Enterprise reserves the right to reject any or all of the bids 

South Water Works Construction Enterprise P.O. BOX 21, Tel 046-2203944, 046-2210021, 

Fax 046-2203937, 046- 2202563 

(Nine) Small scale irrigation projects and 1 (One) modern fruit nursery construction…

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:ddis Ababa/

Remaining Time for Bid Submission

Invitation for Bids (IFB)

IFB No.OBANR/IWS [AGP-II]/NCB/14/2020

Project Category: -Small Scale Irrigation and Modern Fruit Nursery Projects Oromia Agriculture and Natural Resources Bureau has secured a budget from the AGP-II (Agricultural growth program-II) for 9 (Nine) Small scale irrigation projects and 1 (One) modern fruit nursery construction listed below at different Woredas and Zones of Oromia National Regional State.

1.Accordingly, the Bureau now invites sealed bids from eligible bidders for the execution and completion of the following projects.

S.NName of ProjectsZoneWereda Area (ha) Area (ha)  Updated Amount Of Bid securityCategory Of invited contractorsWater Abstraction Method 
1Bite CholleWest ShoaToke Kutaye1451451%Licensed for the WorksPump
2GewisoWest ShoaLiben Jawi58581%Licensed for the WorksDiversion
3DemekashS/W/ShoaWelsio60601%Licensed for the WorksDiversion
4AbakoS/W/ShoaWelsio40401%Licensed for the WorksDiversion
5GichoJimmaGera1591591%Licensed for the WorksDiversion
6Amigna HaroBaleAgarfa1551551%Licensed for the WorksPump
7Laga LolaArsiMunesa1051051%Licensed for the WorksPump
8Meki ZiwayEast ShewaDugda2252251%Licensed for the WorksPump
9GudeyesoWest ArsiDodola60601%Licensed for the Works 
10Laga OdaNorth ShoaH/Abote221%Licensed for the WorksDiversion 

2. The construction companies are invited to submit their sealed Financial and Technical proposal document as further clarified in the bidding document for the execution and completion of the cited contract.

3. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to Oromia Agriculture and Natural Resources Bureau Procurement, Property Administration and Logistics Directorate middle building 3rd floor in working hours and upon payment of a non-refundable fee of ETB 300.00 (Three hundred only) for one project. The method of payment will be in cash only.

4. Bids must be delivered to the address below on or before 4:00 A.M. October 20, 2020 Electronic bidding will not be permitted. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at Oromia Agriculture and Natural Resource Bureau Meeting Hall on 4:30 A.M 20 October 2020.

5. Bids shall be valid for a period of 60 days after bid closing and must be accompanied by a bid security of 1% of offered cost in the form of cash payment Order (CPO) or Bank guarantee only.

6. Qualification criteria stated on the bid document should be respected and have to be addressed in a brief and clear way.

7. Late bids will be rejected.

8. Oromia Agricultural and Natural Resource Bureau reserve the right to accept or reject any or all bids.

Address Sarbet Oromia Office 3rd Floor,

Tel. +251-118829173 Addis Ababa/Finfinne, Ethiopia

Oromia National Regional State

Oromia Agriculture & Natural Resources Bureau

Construction of – Segeg – Gebro – Denan, Lot 1: Fik – Segeg (Km 0+000 – Km 90+000) Road Project …

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BIDS

1.The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.

Package VI (6)
Item NoProject Name EstimatedLength (km)Pavement TypeProject DurationContract DeliveryProcurement Type
1Construction Works of Fik – Segeg – Gebro- Denan, Lot 1: Fik – Segeg (Km 0+000 – Km 90+000) Road Project90.0 DBST3.5 YearsDBBICB 
2Construction Works of Fik – Segeg – Gebro- Denan, Lot II: Segeg – Gebro – Yoale (Km 90+000 – Km 191+000) Road Project101.0 DBST3.5 YearsDBBICB 
3Construction Works of Negele Borena – Doloado – Melka Siftu, Lot 3: Filtu – Km 93 Road Project93.0 AC 3.0 Years DBBICB 
4Construction Works of Adola – Melka Desta – Harenfama Road Project74.9 AC 3.0 Years DBBICB 
5Continuation of Construction Works of Diri – Masha Road Project, Contract I: Gimbo – Konda (Km 61+960) Road Project61.96AC 3.0 Years DBBICB 

Note: – DBB = Design, Bid and Build; ICB = International Competitive Bidding; DBST = Double Bituminous Surface Treatment; and AC = Asphalt Concrete

2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above road projects.

3. Interested bidders shall submit the following evidence:

a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include:

 i) Trading License renewed for 2012 EFY;

ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;

iii) VAT Registration Certificate; and

iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).

b. In case of bidders other than Ethiopians;

i) Business organization registration certificate or Trade License issued by the country of establishment.

ii) Tax Clearance Certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country, Ethiopia.

4. Bidding will be conducted through International Competitive Bidding (ICB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:

Qualification and Evaluation Criteria of Package VI (6) Road Projects

4.1 Construction Works of Fik – Segeg – Gebro – Denan, Lot 1: Fik – Segeg (Km 0+000 – Km 90+000) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 341 Million (Peak)ETB 852 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 639 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 106 Million ETB 142 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Gravel Road Construction / Upgrading /Rehabilitation Project with a Value of ETB 1.044 Billion; ORA Minimum of Two (2) Gravel Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 522 Million;A Minimum of Three (3) Gravel Road Construction / Upgrading /Rehabilitation Projects Each with a Value of ETB 348 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Any Type of Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.492 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.2 Construction Works of Fik – Segeg – Gebro – Denan, Lot II: Segeg – Gebro – Yoale (Km 90+000 – Km 191+000) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 384 Million (Peak)ETB 960 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 720 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 120 Million ETB 160 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Gravel Road Construction / Upgrading /Rehabilitation Project with a Value of ETB 1.176 Billion; ORA Minimum of Two (2) Gravel Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB588 Million; ORA Minimum of Three (3) Gravel Road Construction / Upgrading /Rehabilitation Projects Each with a Value of ETB 392 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Any Type of Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.681 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.3 Construction Works of Negele Borena – Doloado – Melka Siftu, Lot 3: Filtu – Km 93 Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 419 Million (Peak)ETB 1.049 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 787 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 131 Million ETB 174 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experience A Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.102 Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 551 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 367 Million; In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.574 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.4 Construction Works of Adola – Melka Desta – Harenfama Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 731Million (Peak)ETB 1.829 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.372 Billion (Average)
2Liquid Asset/Cash Flow RequirementETB 228 Million ETB 304 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.921 Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 960 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 960 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 2.744 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

4.5 Continuation of Construction Works of Diri – Masha Road Project, Contract I: Gimbo – Konda (Km 61+960) Road Project

Item/ No.Qualification CriteriaMinimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 396 Million (Peak)ETB 990 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 743 Million (Average)
2Liquid Asset/Cash Flow RequirementETB123 Million ETB 165 Million 
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 1.04  Billion; ORA Minimum of Two (2) Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation Project with a Value of ETB 520 Million; ORA Minimum of Three (3) Any Type of Asphalt (DBST, TST or AC) Road Construction / Upgrading / Rehabilitation Projects Each with a Value of ETB 346 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed). A Minimum of Two (2) Asphalt (DBST, TST Or AC) Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.486 BillionWithin the last ten (10) years that has been successfully and substantially completed (80% completed)
5Specific ConstructionProject experienceRC – 1 or GC-1  

5. If a bidder is awarded and /or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects; and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criteria is stated in the respective bidding documents.

6. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.

A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of September 26, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia – Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15

7. Bidders can apply for one or for all or for any number of projects from the above listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economical advantage .

8. Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.

9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.

10. Bids must be delivered to the address, time and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.

11. The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28th day prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.

12. For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th day prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.

13. Bids must be delivered to the address below on or before November 12, 2020 at 2:30 P.M.

Director General

2nd Floor, Conference Room

Ethiopian Roads Authority

Ras Abebe Aregay Street

P. O. Box 1770

Addis Ababa, Ethiopia

Tel. +251-11-551 71 70/79

Fax. +251-11-5514866

14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.

ETHIOPIAN ROADS AUTHORITY

4B+G+25 (Thirty Store) Sugar Corporation Head Quarter Building Project

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION TO BID 

OPEN INTERNATIONAL COMPETITIVE BIDDING Tender No. FP/OT/10/SC/2020 

  1. The Federal Democratic Republic of Ethiopia (FDRE) Sugar Corporation has allocated budget from its own sources towards the construction cost of the 4B+G+25 (Thirty Store) Sugar Corporation Head Quarter Building Project and intends to apply part of this budget to eligible payments for the Design and Build works to be procured through International Competitive Bid (ICB).
  2. The project is located in Addis Ababa City, around Mexico square besides the Phillips building. A preliminary Architectural, Structural, Electrical, Mechanical and Plumbing designs has already been done by the Engineer. The works and services under these contracts consist of the development of final designs in strict conformity with the preliminary design and municipality regulation, preparation of detailed engineering designs and construction of the Head Quarter Building. The preliminary design documents are found in the Employer’s Requirement; section V, of this document for reference.
  3. The FDRE Sugar Corporation now invite bidders to submit sealed bids for providing the necessary labor, material and machineries for the design and building of the project. 
  4. A complete set of bidding document in English can be purchased by interested bidders during office hours from the address mentioned below upon payment of a non-refundable fee of Eth. Birr 5,000.00 (Birr Five Thousand) in cash. 
  5.  Interested bidders shall submit the following evidence; a. In the case of Locally Registered bidders, Certificate of Registration from Ministry of Construction or other authorized institutions, with Category GC-1 or BC-1, renewed for 2012 EFY and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include: Trading License renewed for 2012 EFY; Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date and VAT Registration Certificate, and ii. Suppliers registration certificate, in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA). TIN b. In case of bidders other than those registered locally ; business organization registration certificate or Trade License together with all necessary legal requirements, issued by the country of establishment, authenticated by FDRE, Ministry of Foreign Affairs, and Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has ongoing or completed project in the Country, Ethiopia. 
  6. Bidding of this DB will be conducted through International Competitive Bidding (ICB) procedures and is open to all eligible bidders as specified and defined in the Bidding Document. 
  7. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:00 a.m. to 12:00 a.m. and 1:00 p.m. to 5:00 p.m. local time from Monday to Friday. A complete set of bidding document prepared in English Language may be purchased by interested bidders on the submission written application to the address below and upon payment of a nonrefundable fee in an amount stated in item number 4 above, The method of payment shall be in cash or Certified Cheque /CPO issued by domestic Bank; or issued by a renowned international Bank and counter guaranteed by a domestic bank. 
  8. Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification information and Bid Security and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed on other outer envelope.
  9. Evaluation is to be carried out in two stages, Qualification Information / Technical Evaluation first and based on the Financial Bids of qualified Bidders final evaluation of a combined result next 
  10. All bids must be accompanied by bid security: Birr 2.5 million (Two Million Five Hundred Thousand) or USD 75,000.00 (Seventy Five Thousand), The bid security shall be in original form of Unconditional Bank Guarantee or CPO from any Commercial Bank in Ethiopia. The Bid Security shall be valid for at least One Hundred Fifty (150) days after the Bid submission deadline. The bid shall remain valid for One Hundred Twenty (120) days after the bid submission deadline. Address: Sugar Corporation Head office Procurement and Logistics Office 2nd Building, 4th Floor, Room No. 402 Tel: +251-11 5516271, +251-11 5524589, Box: 20034-1000 Sub City: Kirkos, Addis Ababa, Ethiopia 
  11. Sealed hid marked as per the instructions given to the bidders in the tender document and addressed to the above address must be received by the BUYER at or before 2:00pm November 10,2020. The document will be received through bid box or hand delivered. No liability will be accepted by the buyer for loss or late delivery.
  12. Bids will be opened in the presence of bidders or their representatives who choose to attend on the date and address specified above 10th floor sugar corporation conference hall at 2:10pm 10 November 2020 (afternoon). 
  13.  The Employer reserves the right to accept or reject any or all bids.
  14. . Partial bid is not allowed,
  15. Partial award shall of he granted. 
  16. No one is allowed to duplicate or transfer the bidding document that one acquired to participate under this invitation. Legally authorized agents can collect the bidding documents for each principal they are representing. 
  17. Bidders are seriously advised to read and comply with the instruction provided in the bidding document, 

FDRE Sugar Corporation 

Expression of interest for Consultancy Service for detail Design, Tender Document Preparation and Contract Administration and Construction Supervision for Decentralized WWTPs and Sewer Line Network for 20 Condominium Housing Sites

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES- FIRMS SELECTION)

Country: Federal Democratic Republic of Ethiopia;

Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division;

Name of the Project: Construction of Decentralized WWTPs and Sewer Line Network for 20 Condominium Housing Sites.

Assignment Title: Consultancy Service for detail Design, Tender Document Preparation and Contract Administration and Construction Supervision for Decentralized WWTPs and Sewer Line Network for 20 Condominium Housing Sites

Procurement Reference No.: AAWSA/WSIDD/GOV/NCB/CS006/2020

1. The Addis Ababa Water and Sewerage Authority Water and Sanitation Infrastructure Development Division Office has intended to allocate finance for construction of decentralized wastewater treatment plant and sewer line network to be implemented at Condominium Housing sites( 20 condominium building sites), and intends to apply part of the proceeds for consulting services (detail design, Contract Administration and Construction Supervision).

2. The consulting services (“the Services”) include:

This is a mixture of lump sum and time-based contract for consultancy services pertaining to:

Phase-1: Detail Design, Tender Document Preparation, Tendering and Tender Assistance for Waste Water Treatment Plant and Design of Sewer Line projects. The consultancy service of the sewer line and WWTPs is expected to take 6 months.

Tendering and Tender Assistance would be an intermittent input the actual dates of which would be determined right after completion of the Detail Design and Tender Document Preparation.

Phase 2: Construction Supervision and Contract Administration of the sewer line and WWTPs construction project. The supervision and

Contract Administration is expected to take 10 months. This period includes testing and commissioning of the WWTPs.

The consultant should propose the detail implementation schedule for those sites design of sewer line is required and Packaging the sewer system that helps to bring minimum required sewage to startup the waste water treatment plant by having minimum sewerage for startup and commissioning works or services. To realize this or even shorten it is to prioritize and package the sewer system construction in such a way that only systems that could be connected to active tertiary lines are considered in priority packages. Secondary sewers necessary to generate the sewerage load are to be packaged along with the primary/trunk line design and construction.

3. The consulting firm to be hired must be highly competent /reputable and must have experienced key professionals and appropriate support staff with ample work experience.

4. The AAWSA-Water and Sanitation Infrastructure Development Division now invites eligible consulting firms (“Consultants”) to express their interest in providing the services. Interested consulting firms must provide information indicating that they are qualified to perform the consulting services for both phases (brochures, core business, years of experience in the business, description of similar assignments, experience in similar conditions, technical and managerial organizational structure of the firm, availability of appropriate skills, general qualification etc…).

5. 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 propose to establish.

6. The consulting firm will be selected under Quality and Cost Based selection /QCBS/ method in accordance with Public Procurement Agency (PPA’s) procedures for selection and employment of consultants.

7. Bidders/Consulting Firms who had poor performance and bad conduct in the previous relation with the AAWSA, WSIDD cannot participate in this bid.

8. Interested consulting firm can obtain further information and collection of full set of TOR document (soft Copy) from the Procurement Department at the address below during working hours.

9. Expression of Interest must be delivered in two hard copies to the address below (in person, mail) on or before October 8, 2020.

10. The A.A.W.S.A Water and Sanitation Infra-structure Development

Division reserves the right to reject any or all of the bids.

Address: AAWSA – Water and Sanitation Infrastructure

Development Division, Lideta sub-city Woreda 08 around

condominium houses on the left side of Lideta Menafesha.

Tel. +251 -118291312

Attn: Mrs. Mestawot Abebe, Procurement Support Process Head

E-mail address: kiyake21@gmail.com

Supply and Installation of pipes, fittings and Electro mechanical works for Lege-Hola, Lege-Beri water supply project.

Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION FOR BID 

The Addis Ababa Water and Sewerage Authority Water and Sanitation Infrastructure Development Division Procurement Reference number: AAWSA/WSIDD/GOVINCB/W007/2020 

  1. The A.A. Water and Sewerage Authority- Water and Sanitation Infrastructure Development Division invites sealed bid from eligible bidders for the Supply and Installation of pipes, fittings and Electro mechanical works for Lege-Hola, Lege-Beri water supply project. 
  2. The Invitation is open for contractors under category of WWC/GC grade 3 and above who have registered with the relevant government offices in Ethiopia and renewed their License for the current year. 
  3. Bidding will be conducted through the National Competitive Bidding (NCB) contained in the public procurement proclamation of the Government of the Federal Democratic Republic of Ethiopia. 
  4. Interested eligible bidders may obtain further information from Procurement team of the division and pect the bidding documents at the address given below during working hours from 8:30 AM-12:30 PM in the morning and 1:30 PM to 5:30 PM in the afternoon. 
  5. A complete set of Bidding Documents in English language may be purchased by interested bidders from September 18, 2020 onwards during office hours at the address below upon payment of a nonrefundable fee of birr 500 (five hundred). The method of payment will be in cash. 
  6. 6. Bid is two envelop bid and must be delivered with one original and two copies of technical and financial proposal in separate envelopes to the address given below at or before October 12, 2020 at 2:00pm. 
  7. The bid shall be valid for the period of ninety (90) days and shall be accompanied by a Bid Security of ETB 500,000 (birr five hundred thousand only) in the form of unconditional Bank Guarantee or CPO (which should be valid for 120 calendar days starting from the date of bid opening). Late bids shall be rejected. 
  8. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on October 12, 2020, at 2:30pm. 
  9. The A.A.W.S. A Water and Sanitation Infra-structure Development Division reserves the right to reject any or all of the bids. 

The address referred to the above is: 

  • A.A. Water and Sewerage Authority: Water and Sanitation Infrastructure Development Division, Lideta sub- city Woreda 08 around condominium houses on the left side of Lideta Menafesha. Tel. 0118291312 Attention -Mrs Mestawot Abebe, Procurement Support Process Head, Email Address: kiyake21@gmail.com   

You cannot copy content of this page