The A. A. Water and Sewerage Authority- Water and Sanitation Infrastructure Development Division invites sealed bid from eligible bidders for supply and installation of sewer pipes & fittings, and Construction of civil works (includes tunneling) for Chefe 26 km Sewer network implementation Project in Addis Ababa.
The Invitation is open for contractors under the category of GC/WC grade 5 and above who have registered with the relevant government offices in Ethiopia and renewed their License for the current year.
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,
Interested eligible bidders may obtain further information from the Procurement team of the division and inspect 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.
A complete set of Bidding Documents in the English language may be purchased by interested bidders from September 18, 2020, onwards during office hours at the address below upon payment of a non-refundable fee of birr 500 (five hundred). The method of payment will be in cash
The bid is two envelop bid and must be delivered with one original and two copies of the technical and financial proposal in separate envelopes to the address given below at or before October 13, 2020, at 2:00 pm.
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 an 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.
Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on October 13, 2020, at 2:30 pm.
The AA W.SA Water and Sanitation Infra-structure Development Division reserve the right to reject any or all of the bids.
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,
Published on: Ethiopian Herald ( Sep 22, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation to Tender/Re-bid/
Bid Announcement No.: -SSNT-T206
Ethiopian Airlines Group wants to invite interested Contractors BC-5/GC-5 and above grades for the Construction of Remaining Activities at Mekelle Pilot Training School/ PTS/ with three project Packages.
Any Construction company legally established with a renewed trade license, renewed certificate of registration from the Ministry of Construction, VAT registration certificate and Tax Payer Identification Certificate (TIN), and Tax clearance can get the tender document.
Bidders should deposit ETB 100.00 (One hundred birr only) to the nearby Commercial Bank of Ethiopia (CBE) branch referring the tender number SSNT-T206 to Ethiopian Airlines Account Number 1000006958277 (E-99) and shall email the scanned copy of the deposit slip to the below email address and will get the Tender document by return Email.
The Bid must be delivered in separate sealed envelopes in one original & copy of the document to Ethiopian Airlines, Strategic Sourcing Non-Technical section before/ on October 21, 2020, at 3:00 pm. The bid will be opened on the same date at 3:30 pm at Addis Ababa Ethiopian Airlines Head office, Aviation Academy Auditorium at the presence of those interested bidders or their legal representatives.
From kebele 03 Water Resvior ፓኬጅ ቁጥርAMH/INJEBARA/ CIP/ CW 05/20/2021 ሎት1 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Injebara city Admenistration Office building Block 1 with 15 Class, Zagew School office Bulding Block 1 with 2 Class ፓኬጅ ቁጥር AMH/INJEBARA/ CIP/ CW 06/20/2021 ፤ በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Shade on South East of Wag Adebabay 1 Block with 10 Class, Shade near to Injebara Hospetal Bridge 1Block with 10Class ፓኬጅቁጥር AMH/INJEBARA/CIP/CW 07/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
From kebele 03 Public Toilet at new market 1Balock With 6 Class,3rd levele GCPM Production and instalationፓኬጅቁጥር AMH/INJEBARA/CIP/CW 08/20/2021 በGC እና BC በደረጃ 9እና በላይ ፈቃድ ካላቸው
Kebele 05 From south side of agew midir secondry School Enterance, COBEL stone MANTINANCE FROM KOSSOBER SCHOOL COBBLE TO BRIDGE ፓኬጅ ቁጥር AMH/ INJEBARA/CIP/MAW 03/20/202 ሎት1 በGC እና RC በደረጃ 9እና በላይ ፈቃድ ካላቸው ተጫራቾች መሀከል በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ ስለሆነም በጨረታው መሳተፍ የምትፈልጉ የሚከተሉትን መስፈርቶች የምታሟሉ ተጫራቾች በጨረታው እንድትሳተፉ ይጋብዛል ፡፡
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION FOR QUALIFICATION AND BID
ITB No.: MMU-METEMA EMRC AND YOUTH CENTER CON-6-2020
The International Organization for Migration (IOM) is an intergovernmental humanitarian organization established in 1951 and is committed to the principle that humane and orderly migration benefits both migrants and society.
in the framework of Construction of Metma Emergency Migration Response Center (EMRC) and Youth Center, IOM Bids Evaluation and Award Committee (“BEAC”) now invites interested General or Building Contractors registered as Grade IV or above to submit eligibility, qualification and technical documents and bid for the proposed work explained in greater detail of the bid document.
Interested contractors can collect an electronic copy of the complete set of bid document from IOM SLO Addis Ababa Head Office located, Gemokenyatta Avenue, Kirkos Sub-City, Wereda 8, YeMez Building (behind Zuqualla Complex) from 23 September 2020 9:00 hours (East African Time)to 14 October 2020 14:00 hours (East African Time). Bidders are required to submit a copy Competency Certificate of Grade IV or above along with a returnable USB flash drive to collect the bid document.
Bids shall be valid for a period of 120 calendar days after submission of the bid. Late bids shall be rejected. The bid must be delivered in hand to IOM SLO Addis Ababa Head Office located above on or before 15 October 2020 13:00 hours (East African Time). Technical Bid shall be opened on 15 October 2020 14:00 hours (East African Time)
IOM reserves the right to accept or reject any bids, and to cancel the procurement process and reject all bids at any time prior to award of the Contract, without obligation to inform the affected Bidder/s of the ground for IOM action.
IOM is encouraging companies to use recycled materials or materials coming from sustainable resources or produced using a technology that has lower ecological footprints.
Published on: Ethiopian Herald ( Sep 20, 2020 ) /Place of Bid Competitions:WACHEMO UNIVERSITY
Remaining Time for Bid Submission
INVITATION TO BID
Invitation to category I/BCI & GCI Contractors for the construction of Wachemo University Lot-1 Three Staff Residence Buildings (G+6)
Procurement Reference Number… 201/2012
Wachemo University invites the bid for the construction of Three Staff Residence Buildings (G+6 ) through International Competitive Bidding (ICB) Procedures
Wachemo University Invites sealed bids for category I/BC 1& GC 1 Contractors that have Trade License valid for the current Ethiopian Fiscal Year (2012), VAT Registration Certificate, TIN Certificate, valid Tax Clearance Certificate and Registration The supplier list of Public Procurement and Property Administration Agency.
Bidding will be conducted in accordance with the OPEN Bid Tendering Procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia.
A complete set of Bidding Documents prepared in English may be purchased by interested eligible bidders from Wachemo University, Procurement and Property Administration Directorate from 8:30 am up to 5:00 pm, in working days, and upon payment of a non-refundable fee of Br 300.00 (Three Hundred birr only) on commercial bank of Ethiopia account number 1000021178342 starting from the first date of this announcement published on the newspaper for the consecutive 45 days.
Interested eligible bidders may obtain further information and clarification on the bid documents From Wachemo University Construction Coordination Project Office or Procurement and Property Administration Directorate. Address – Ethiopia, Hossana, B-116, 1″ floor; Tel. +251046 855 9163 and +251-046855 9180 P.O. Box 667;
Bid proposals shall comprise One Original and Two Copies of separately sealed technical (Qualification) and financial Proposals should be presented to the address mentioned above on the 46th day from the first announcement of the bid on the newspaper at 2:00 pm (8:00 Local time) hours as it clearly mentioned on the tender document, and will be open on the same date at 2:30pm (8:30 Local time) hours (if 46th day is a national holyday then the bid opening day shall be the next working day). Latę bids shall be rejected and will be returned to the Bidder.
The bids must be accompanied by a Bid Security of 500,000.00 (Five Hundred Thousands) Birr as specified in the tender documents and separately sealed within the technical document. The Bid Security shall be in the form of an Unconditional Bank Guarantee or CPO.
Bids will be opened in the presence of the Bidders’ representatives.
Wachemo University /Employer reserve the right to accept or reject any or all bids.
Published on: Reporter ( Sep 20, 2020 ) Place of bid competition:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING (NCB)
Procurement Reference Number AB 14/2020/21
Awash Bank S.C invites sealed bids from eligible bidders of Contractors of Category GC/BC 5 and above for maintenance and modification works of the Shashemene branch acquired the building, which is located in Shashamane town.
Bidding will be conducted in accordance with the open tendering procedures contained in the Directives of the Bank and other relevant laws of the country and is open to all eligible bidders.
A complete set of bidding documents in English shall be obtained from the Procurement Division of Awash Bank S.c located at Awash Towers 10th floor room No 10-03 upon producing receipt of a non-refundable fee of Birr 200.00 /TWO Hundred/ by depositing in Account Number 015 400005 44500, at AWASH BANK ANY BRANCH, during office hours (Monday to Friday 8:00AM12:00PM; 1:00 PM-4:30 PM and Saturday 8:00AM12:00PM) starting from September 22, 2020, upon Presentation of copy renewed Trade license, Certificate of registration, Tax Clearance certification, VAT Registration Certificate and TIN Registration Certificate.
The bid must be accompanied by a bid bond amount of birr 100,000.00 (One Hundred Thousand) in the form of a Cashier’s payment order CPO or unconditional and irrevocable Bank Guarantee letter from local Banks and must be addressed to “AWASH INTERNATIONAL BANK S.C” in a separate envelope. Failure to fulfill acceptable bid security will be cause for disqualification.
The bid documents must be deposited in the bid box prepared for this purpose on or before October 13, 2020, at 10:00 AM in the above-mentioned address.
Bid opening shall be held at the office of Director Shared Services Awash Tower 10th floor in the presence of bidders and/or their representatives, who wish to attend on October 13, 2020, at 10:30 AM
Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84 & Construction Project Management Division Tel. 0115303010
Failure to comply with any of the conditions from items 2 to 5 above shall result in an automatic rejection.
The Bank reserves the right to accept or reject the bid either partially or fully.
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
EXPRESSION OF INTEREST
REQUEST FOR A PRE-QUALIFICATION
Ref. no.: Esd/003/2020
Invitation for Expression of Interest and Request for Information pre-qualification of Contractors or the Construction of 3B+G+15 Real Estate Building In Addis Ababa, Ethiopia
Esdros Construction, Trade and Industry Share Company invites expressions of interest (EOI) from competent Local or International construction/engineering firms to Express their Interest and submita prequalification documents and information listed in the Appendix on or before 5:00PM 25″ September 2020 at Esdros Head Office Arat Killo for preliminary assessment to undertake the construction of the facility as outlined above together with the related sub-works.
The requirement is however more detailed in a Request for Proposal (RFP) document which will be circulated to shortlisted firms upon evaluation of submissions. Firms will be shortlisted for participation based on their demonstration of technical and financial capability in response to this request. In addition to the information requested in this document, interested firms must provide an updated copy of their company profile with a works catalogue demonstrating their experience in similar assignments along with the names of at least three (3) references with contact information (physical address, e-mail address and telephone).
The Pre-Qualification documents must be delivered to the above office at or before11:00hours (local time) Addis Ababa on October 03, 2020. Late EOls shall be rejected. EOI sent viaf ax or email will not be accepted.
All Bidders must attach renewed commercial License. National bidders must attach V.A.T certificate and other relevant legal documents with their bid document.
All bidders can get complete set of Pre-Qualification documents from logistic department against Non-Refundable Birr 500.00 in cash.
Interested Bidders may obtain further information and documents at the following address:
Name of Office: Esdros Construction, Trade and Industry S.C
Addis Ababa, Ethiopia
Mahibere Kidusan Building, around 5 kilo , 1st Floor
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
REQUEST FOR EXPRESSION OF INTEREST(CONSULTING FIRMS) FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA, ETHIOPIAN INVESTMENT COMMISSION ECONOMIC OPPORTUNITIES PROGRAM (EOP)
The Federal Democratic Republic of Ethiopia has received financing from the International Development Assciation (IDA), the World Bank and Department for International Development (DFID) towards the costof implementation of the Economic Opportunities Program (EOP). The Ethiopian Investment Commission (EIC) – the implementing agency – intends to apply a portion of the proceeds of this credit to eligible payments for the following contract: Consultancy Services Providing Independent Procurement Audit of EOP for FY19 and 2020 (EFY 2011 and 12)”.
The primary objective of the consulting services (“the Services”) the Independent Procurement Audit (IPA) of EOP is to express a professional opinion(s) on the procurement positions, processes and procedures related to World Bank procurement procedures for the procurement transactions carried out via the IPF window from the launch of the program back on September 14, 2018 to July 7 2020.
To achieve the objective of the procurement audit, among others, the consultant shall carry out the following tasks:
Review the procurement and contract management performance and implementation processes of EOP made under the IPF window, To pursue a professional opinion on compliance by the procurement processes with the general principle of economy and efficiency, equal opportunities, transparency and verify technical compliance, physical completion and price competitiveness of each contract in the selected representative sample of contracts,
To review the capacity of the PCU in handling procurement efficiently, comment on the quality of procurement and contracting, and identify reasons for delays, if any and overall, how procurement management facilitates project implementation;
To identify any indicators of questionable standards of ethics in the procurement management and oversight environment that make the processes vulnerable to fraud and corruption or collusive and obstructive practices, and report any suspicious cases, and To recommend any remedial or corrective actions needed to improve program procurement performance in light of deficiencies to be identified.
Scope of the assignment
The Independent Procurement Audit will cover all procurements made under the IPF window. The independent procurement audit is expected to cover all completed and signed contracts d as per contracts executed by the PCU as per the approved procurement plan between September 1, 2018 and July 7th 2020 (EFY 2012) budget year.
Duration of the assignment is six weeks.
The Ethiopian Investment Commission, Economic Opportunities Program, now invites eligible and qualified Consulting Firms to indicate their interest in providing the Consultancy Services Independent Procurement Audit
Interested Firms should provide information demonstrating
ACKAGE MET
that they have the required qualifications and relevant experience. They should submit a comprehensive introduction to their Firm, including their history, the breadth of their current business, their corporate strategic plan, and their structure. Firms should include any relevant information that shows their experience and relevance for the assignment. (This may include: brochures, a description of core business, years of experience of the business, description of similar assignments including the size and nature of the contracts, experience in similar conditions, technical and managerial organizational structure of the firm, number and nature of key staff, availability of appropriate staff, the profile of the key staff of the firm, business turnover over the last three years etc.).
The following criteria will be used to assess the Expression of Interest documents:
Core Business and Years in Business;
Qualifications in the field of the Assignment;
Technical and Managerial Organization of the Firm; and General Qualifications and Number of Key Staff.
Technical and Managerial capability of the firm; Availability of appropriate skills among staff; Qualifications of key staff (no need to provide CVs); Administrative and financial strength; Client references.
The attention of the Firm is drawn to paragraph 3.14 of Procurement in Investment Project Financing Goods, Works, Non-Consulting and Consulting Services of July 2016, setting forth in the World Bank IBRD-IDA Procurement Regulations for IPF Borrowers on conflict of interest.
Firms 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 Firms propose to establish.
The selection of the Consultancy will be cúnducted in accordance with the LCS (Least Cost Selection) method set out in the World Bank IBRD-IDA Procurement Regulations for IPF Borrowers: Procurement in Investment Project Financing Goods, Works, Non-Consulting and Consulting Services of July 2016.
Further information can be obtained at the address below during office hours: from 09:00 A.M to 12:30 P.M hours and from 2:00 P.M to 3:30 P.M hours, Mondays to Thursdays and 09:00 AM to 11:30 A.M and 2:00 P.M to 3:30 P.M hours on Fridays.
Expression of Interest along with Documentary Evidence can be sent via e-mail to: kahsay.gebre@yahoo.com or can be delivered to the address below marked “Expression of Interest for “Consultancy Services providing Independent Procurement Audit”, Procurement Package Reference No.: ET-EIC-172403-CS-LCS on or before October 6, 2020 up to 3:00 P.M.
Published on: Reporter ( Sep 20, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Consortium of Christian Relief and Development Association (CCRDA)
Food Security and Environment Forum (FSEF)
Call for Consultancy Services
CCRDA would like to invite qualified consultants to carry out action research that will be used for policy roundtable discussion on “Effect of industrial expansion on sustainable environment: Especial emphasis to Akaki kality Sub city, Addis Ababa
The consultant should have postgraduate qualification of at least MSC/MA in either or combination of the fields such as;
Environmental Science, Geography and Environmental Studies, Environment and Development and related field with ample experience and proven record in handling similar researches at nation level with government, non-government organizations and international agencies.
Interested consultant/firms who meet the above requirements are invited to collect the detail TOR from CCRDA office room (#304) immediately after this bid announcement only from Monday to Friday morning 8:30 am to 12:30 am noon and submit their technical and financial proposal in separately sealed envelopes within 10 working days after this bid announcement.
Published on: Addis Zemen ( Sep 21, 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 ethioteletoni “official web site: –
Published on: Ethiopian Herald ( Sep 19, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
REQUEST FOR BIDS (RFB)
Reference No.: ET-OROMIA WERDB-165253-CW-RFB
Promoter: OROMIA WATER & ENERGY RESOURCE DEVELOPMENT BUREAU
Project: WATER SUPPLY, SANITATION & HYGIENE
Country: The Federal Democratic Republic of Ethiopia
Contract Title: Civil Work, Supply & Installation of Pipes & Fittings & Supply & Installation of Electromechanical Equipment’s of Fincha’a Town Water Supply Project.
The Government of Ethiopia has received a Credit/Grant from different financers (WB, KOICA, DFID, AfDB, UNICEF, the Government of Finland) toward the cost of Water Supply and Sanitation Projects of OWNP phase II and use proceeds of this Credit/Grant to payments under the contracts for Civil Works Construction, Supply & Installation of Pipes & Fittings and Supply and Installation of Electromechanical equipment’s Fincha’a Town (West Guji Zone) Water Supply Project in Oromia National Regional State.
The Oromia National Regional Government Water and Energy Resource Development Bureau now invites sealed bid from eligible Bidders for execution of the works described below.
Bidding will be conducted through the National Competitive Bidding (NCB) procedures as specified in the World Bank’s Procurement Regulation for IPF Borrowers July 2016, Revised Nov. 2016 and August 2018 and is open to all eligible bidders as defined in the Procurement Guidelines and is open to all eligible bidders as defined in the Procurement Guidelines.
Interested eligible bidders may obtain further information from Oromia Water & Energy Resource Development Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during office hours 8:30A.M. to 5:30P.M. at the address given below.
A complete set of bidding documents in English maybe purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a non refundable fee of 800.00 (Eight Hundred) Ethiopian Birr or US $ 22.00 or its equivalent in easily convertible currency. The method of payment will be in Cash.
Bids must be delivered to the address below on or before October 30 /2020. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on October 30/2020. The Bureau reserves the right to accept or reject all – parts of the bid.
Bid must be accompanied by a Bid Security of ETB 500,000.00 (Five Hundred Thousand) in Ethiopian Birr or its equivalent in a freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
An average annual turnover of ETB 206,000,000.00 or equivalent amount in freely convertible currency calculated as total certified payments received for contracts in progress and/or completed within last five years and specific experience of at least one similar contract in the last five years with ETB value 139,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
The address(es) referred to above is(are):
Oromia Water & Energy Resource Development Bureau, One
WaSH National Program Implementation Unit, Bole Road
around Olympia next to Admas University Olympia Campus on
Published on: Addis Zemen ( Sep 19, 2020 ) /Place of Bid Competitions:West wollega
Remaining Time for Bid Submission
INVITATION TO BID
NATIONAL COMPETITIVE BIDDING
To all contractors of category BC-4/ GC-5 and above with renewed license valid for the current year (2013 E.C).
West wollega zone Homa woreda Administration office has secured budget for the constriction of G+3 office Building project work at west Wolega zone Homa woreda Homa Town
West wollega zone Homa woreda Administration office now invites wax-sealed bids from eligible bidders who are interested and capable to allocate their sufficient resource for work of G+3 office Building which can be completed within the maximum of 365 calendar days. Bidding will be conducted in accordance with the open national tendering procedures contained in the public procurement proclamation of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders.
The Bidder shall enclose the original and each copy of the bid, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original, bid security (sealed separately) and the copies shall then be enclosed in one single envelope. A complete set of bidding documents in English may be purchased by interested bidders on the submission of WRITTEN APPLICATION INDICATING THE PROJECT, VAT REGISTRATION CERTIFICATE, CERTIFICATE OF COMPETENCE FROM MINISTRY OF CONSTRUCTION AND URBAN DEVELOPMENT OR RENEWED REGISTRATION CERTIFICATE FROM OROMIA CONSTRUCTION BUREAU, RENEWED TRADE LICENSE, RENEWED TRADE REGISTRATION CERTIFICATE, VALID TAX CLEARANCE during period of bid validity from Oromia Revenue Bureau, to the address given below and up on payment of a non-refundable fee of Ethiopian Birr 300.00 only in cash starting from the first date notice viewed on the newspaper during office hours through Monday to Friday.
Bids must be delivered in the morning on or before 4:00 am local time, on the 21st day from the first announcement date (must be on a working day). The original technical requirement will be opened on the same day at 4:30 am local time in the presence of the bidders’ representative who chooses to attend.
The bid is valid for 90-days. All bids must be accompanied by a bid security of Ethiopian Birr 100,000.00 (One Hundred thousand birr) for the project which will be payable on the first demand to the client, bid security is acceptable in the form of CPO or Unconditional Bank Guarantee. Late bids shall be rejected and the West wollega zone Homa woreda Administration office has the right to accept/reject the bid.
Interested eligible bidders may obtain further information from the address stated below Employer address:- 0917080560/0925818519
West wollega zone Homa woreda Administration office
Published on:Addis Zemen ( Sep 19, 2020 ) /Place of Bid Competitions:Dire Dawa
Remaining Time for Bid Submission
INVITATION FOR BIDS (NCB)
Dire Dawa Administration Water, Mine & Energy Office
Contract Title:- Procurement of water construction materials
Procurement Reference number NCB No. – DDA W MEB/GDS/07/2013
Dire Dawa Administration Agriculture Water. Mine & Energy Office has funds within the Procuring Entity’s budget to be used for the procurement of different water construction materials
Dire Dawa Administration Water. Mine & Energy Office invites sealed bids from eligible bidders for the Supply of different water construction materials for three rural water supply system,
Bidding will be conducted in accordance with the open tendering procedures contained in the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia and is open to all bidders.
A complete set of bidding documents and detail technical specifications in English can be purchased Directly from Dire Dana Administration Water, Mine & Energy Office upon payment of a non-refundable fee of Birr 200.00 (Two hundred birr).
Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by a bid security of ETB 80,000.00(eighteen thousand Birr) in the form. of unconditional Bank Guarantee, or CPO.
Bids must be delivered to the address below at or before October 15, 2020, at 9:30 AM Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on October 15, 2020, at 10:00 AM
Address and contact details
Dire Dawa Administration Agriculture, Water Mine & Energy Bureau
Published on: Ethiopian Herald ( Sep 18, 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 V (5)
It. No.
Project Name
Estimated Length (Km)
Pavement Type
Project Duration
Contract Delivery
Procurement Type
1
Construction Works of Awash-Kulbi – Dire Dawa/ Harar Overlay Road Project; Contract I : Awash – Meiso (Km 0+000 – 70+500)(Re-Bid)
Awash Kulbi Dire Dawa/Harar Overlay Road Project; Contract IV: Duse – Dengego – Harar & Dengego- Dire Dawa (KM225+000-290+864 & 0+000-19+541) (Re-Bid)
85.41
AC
3.0 years
DBB
NCB
5
Construction Works of Addis – Gibe River Road Overlay Project; Lot II- Sebeta (Km 15+000) – Kore (Km 79+000) (Re-Bid)
64.0
AC
3.0 years
DBB
NCB
Note: – DBB = Design, Bid and Build; NCB = National Competitive Bidding; 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 2012EFY;
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 a National Competitive Bidding (NCB) 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:
4.1 Qualification and Evaluation Criteria of Package V(5) Road Projects
4.1.1 Construction Works of Awash – Kulbi – Dire Dawa/Harar Overlay Road Project:
Annual Construction Turnover for the Last Five Years
ETB 135 Million (Peak)
ETB 337 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 253 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 42 Million
ETB 56 Million
3
General Construction experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of Asphalt (DBST, TST or AC) Road Construction/Upgrading/ Rehabilitation/Overlay Project with a value of ETB 354 Million; OR A Minimum of Two (2) any type of Asphalt (DBST, TST or AC)Road Construction /Upgrading/Rehabilitation/Overlay projects each with a value of ETB 177 Million.In both 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 Concrete (AC) Road Construction / Upgrading / Rehabilitation / Overlay Projects each with a value of at least ETB 506 Million within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC – 1 or GC – 1
Construction Works of Awash- Kulbi-Dire Dawa/Harar Overlay Road Project II:Meiso-Hirna(km 70+500-139+468)(Re-Bid)
It .No
Qualification criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 267 Million (Peak)
ETB 669 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 502 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 83 Million
ETB 111 Million
3
General Construction experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of Asphalt (DBST, TST or AC) Road Construction/Upgrading/Rehabilitation/Overlay Project with a value of ETB 703 Million; OR A Minimum of Two (2) any type of Asphalt(DBST, TST or AC) Road Construction / Upgrading/Rehabilitation/Overlay projects each with a value of ETB 351 Million; ORA Minimum of Three (3) any type of asphalt (DBST, TST or AC)RoadConstruction / Upgrading / Rehabilitation projects each with a value of ETB 234 Million;In all cases, the experiences shall be within the last ten (10) years thathas been successfully and substantially completed (70% Completed).
A Minimum of Two Two (2) Asphalt Concrete (AC) Road Construction/Upgrading / Rehabilitation/Overlay Projects each with a value of at least ETB 1.004 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC – 1 or GC – 1
4.13 Construction Works of Awash-Kulbi-Dire Dawa/Harar Overlay Road Project; Contract III:Hirna-Duse(km 139+468-225+000)(Re-Bid
It .No
Qualification criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 313 Million (Peak)
ETB 784 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 588 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 98 Million
ETB 130 Million
3
General Construction experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of Asphalt (DBST, TST or AC) Road Construction /Upgrading / Rehabilitation/Overlay Project with a value of ETB 823 Million; OR A Minimum of Two (2) any type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/ Rehabilitation/ Overlay projects each with a value of ETB 411 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 274 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 Concrete (AC) Road Construction /Upgrading / Rehabilitation/Overlay Projects each with a value of at least ETB 1.176 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC – 1 or GC – 1
4.14 Construction Works of Awash-Kulbi-Dire Dawa/Harar Overlay Road Project
Contract IV: Duse-Dengego-Harar & Dengego-Dire Dawa (KM 225+000-290+864 & 0+000-19+541)(Re-Bid)
It .No
Qualification criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 327 Million (Peak)
ETB 818 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 614 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 102 Million
ETB 136 Million
3
General Construction experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation/Overlay Project with a value of ETB 859 Million; OR A Minimum of Two (2) any type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation/ Overlay projects each with a value of ETB 429 Million; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC)Road Construction / Upgrading / Rehabilitation projects each with a value of ETB 286 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 Concrete (AC)Road Construction / Upgrading/ Rehabilitation/ Overlay Projects each with a value of at least ETB 1.228 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5
Grade
RC – 1 or GC – 1
4.15 Construction Works of Addis- Gibe River Road Overlay Project : Lot II Sebeta (km 15+000)-Kore(km 79+000)(Re-Bid)
It .No
Qualification criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 326 Million (Peak)
ETB 815 Million (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 611 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 101 Million
ETB 135 Million
3
General Construction experience
2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor.
4
Specific Construction Project Experience
A Minimum of One (1) any type of Asphalt (DBST, TST or AC) Road Construction/Upgrading/Rehabilitation/Overlay Project with a value of ETB 856 Million; OR A Minimum of Two (2) any type of Asphalt (DBST, TST or AC) Road Construction / Upgrading/Rehabilitation/ Overlay projects each with a value of ETB 428 Million; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC)Road Construction / Upgrading / Rehabilitation projects each with a value of ETB 285 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 Concrete (AC) Road Construction / Upgrading / Rehabilitation/Overlay Projects each with a value of at least ETB 1.223 Billion within the last ten (10)years that has been successfully and substantially completed (80% Completed)
5
Grade
RC – 1 or GC – 1
4. 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 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 criterion is stated in the respective bidding documents.
5. 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 p.m. and 1:30 p.m. to 5:30p.m.local time from Monday to Thursday, and from8:30to11:30a.m.and1:30 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 21, 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 B,
6. Bidders can apply for one or for all or for any number of projects from the above listed projects under the package 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.
7. 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 other outer envelope.
8. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
9. 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.
10.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 28 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.
11. 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 28thdays prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the Contract.
12.Bids must be delivered to the address below on or before November 05, 2020 at 2:30 P.M.
Director General
New Building, Block B, 2nd Floor, Conference Room Ethiopian
Roads Authority
Ras Abebe AregayStreet
P. O. Box 1770 Addis Ababa, Ethiopia Tel. +251-11-551 7170/79
Fax: +251-11-5514866
13. The Ethiopian Roads Authority reserves the right to acceptor reject any or all bids.
Published on: Ethiopian Herald ( Sep 18, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
INVITATION TO BID
OPEN NATIONAL COMPETITIVE BIDDING
Re-Tender No. LP/OT/40/SC-2012
Sugar Corporation invites sealed bids from interested eligible & qualified national bidders for Consultancy Service for Construction Supervision & Contract Administration for Land Development & Preparation works at Omo Kuraz No. 3 & 5 Sugar Development Projects.
A complete set of bidding documents can be purchased during office hours from the address mentioned below upon payment of a non-refundable fee of Eth. Birr 300.00 (Birr Three Hundred) in cash and presentation of 2012 E.C Trade license, TIN, VAT Registration & Suppliers ‘Registration Certificates from the concerned public body. This Invitation for bids is open to bidders of building contractors in the level CAE I renewed for 2012 EFY. Sugar Corporation Procurement and Logistics. Kazanches, Near Development Bank of Ethiopia, Behind Ki-med University College plc Building, 4th Floor Josef Tito Street Tel: 0115-500569, 0115-15 30 80 P.O. Box 20034-1000 Addis Ababa, Ethiopia
Sealed bid marked as described in the bidding document and addressed to the above address must be received by the Corporation before 2:00 PM afternoon on October 6, 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.
Bids will be opened in the presence of bidders or their representatives who choose to attend on the above-mentioned date and address: at 2:30 PM afternoon in the Corporation Head office’s Conference Hall.
All bids must be accompanied by bid security: Birr 40,000.00(Forty 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 Twenty (120) days after the bid submission deadline. The bid shall remain valid for Ninety (90) days after the bid submission deadline.
Sugar Corporation reserves the right to accept or reject any or all bids.