The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

Market shade & public toilet construction

Published on: Ethiopian Herald ( Sep 18, 2020 ) /Place of Bid Competitions:Adama

Remaining Time for Bid Submission

Invitation for for Bids (NCB) 

BID No: ASTU/NCB/08/2020 

  1.  Adama Science and Technology University has allocated budget to cover the cost of market shade & public toilet construction. The project site is located in Oromia National Regional State, Adama City.
  2. The University now invites sealed bids from eligible Bidders for furnishing the necessary labors, materials and equipment/machinery for construction of market shade &public toilet. 
  3. Bidding is open to all contractors GC-8/BC-7 and above having trade/business license and professional competence/practice certificate renewed for 2012 Ethiopian fiscal year, registration certificates for VAT & taxpayer, valid tax clearance certificate, and registration in suppliers lists.
  4. Bidding will be conducted through National Competitive Bidding (NCB) as per procedures specified in the tender document and pertinent procurement proclamation, directive, and guidelines.
  5. . A complete set of Bidding Documents in English may be purchased during regular office hours directly from the University’s Procurement and Property Administration Directorate Building Block No: 106, ground floor/room No .04 (P.O.Box: 1888, Tel: +251 222 110003; Fax: +251 221 100038; email: kumawaktola@gmail.com) upon submission of a written application to the address indicated above and payment of a nonrefundable fee Birr 100.00 (one Hundred). Further information can be obtained from the above mentioned address.
  6. Bids shall be valid for a period of Ninety (90) calendar days after Bid opening and must be accompanied by bid security to be provided in acceptable form (as unconditional bank guarantee irrevocable Letter of Credit or CPO) & equivalent to Ethiopian Birr 10,000 (Ten Thousand). 
  7.  Bidders shall submit bid documents in one large envelope containing ‘One original’ and two ‘copies’ of their technical and financial documents in separate wax sealed inner envelops clearly marked as “original and ‘Copy’. 
  8. Bids must be delivered to the address named in the ‘Bid Data Sheet’ section of the biding document on or before 9:30am (morning local time) on the first regular working day after 21 days starting from the next day of the date of official announcement of this bid on Ethiopian Herald Newspaper
  9. Bids shall be opened and read at 10:00am (morning-local time) on the same day to the deadline for submission of the bids, at the office specified under article 5 above, in the presence of the Bidders or their legal representative who wish to attend.
  10. Adama Science and Technology University reserves the right to reject all or part of the bid without giving reason thereof. 

Adama Science and Technology University Adama 

GENERAL PROCUREMENT NOTICE OF ERA

Published on: Ethiopian Herald ( Sep 18, 2020 )

ETHIOPIAN ROADS AUTHORITY 

GENERAL PROCUREMENT NOTICE 

The Federal Democratic Republic of Ethiopia (FDRE) represented by the Ethiopian Roads Authority (ERA) has secured sufficient budget and planned to procure construction works and related supervision services for the following road projects in the year 2013 Ethiopian Fiscal Year. The procurement process of the projects will commence depending on the readiness of the design and will be floated in groups of projects in a package sequentially. 

Item NoWorks to be procuredFinancerLength KMContract Delivery
1Abay Bridge Approch Road and Abay 
Bridge Lot 2 :Abay Bridge Approach Road) 
GOE4.4DB
2Access to Adama industrial park GOE3.31DB
3Gog-Jore – Akobo Lot: 2 Km 35 – Km 70 GOE33.4DBB
4

Seka – Atnago – Alga – Seyo – Shenen – Guder Lot 1; Seka – Atnago – Alga – Seyo 
GOE93DBB
5Seka – Atnago – Alge – Seyo – Shenen – Guder Lot 3; Ambo Town and Ambo – Guder Town Road GOE20DB
6Fik-Segege-Grebo-Denane Lot 1 GOE90DBB
7

Fik-Segege-Grebo-Denane Lot 2 
GOE101DBB
8Dubiti-Arisa-Adigala-Biyokobob; Contract 2 GOE78DB
9

Dubiti-Arisa-Adigala-Biyokobob; Contract 3 
GOE119DB
10Zalambesa-Alitena-Marwa-Edegahamus Lot 2: Marwa-Edegahamus GOE38DB
11

Dembecha – Feresebet – Adet Lot 2: Sekela-Adet 
GOE61.7DB
12Jiga – Quwarit – Arb gebeya – Gish Abay – Tlili Lot 1: Jiga – Quwarit – Arb gebeya GOE59DBB
13

Mehal Meda – Gisherabiel – Mekoy – Milamile Lot 2 : Tormsaya/K.m 64-Milamile 
GOE63.1DBB
14

Nignang-Toha(Ongonge) 
GOE77.5DBB
15Fishagenet-Kele-Someya-Segen-Gebelebeno Lot 3: Segen-Gebelbeno GOE61DB
16




Dilla – Bulle – Haro Wacho-Shakiso Lot 2: Harowacho-Shakiso 
GOE57DBB
17Dembi Dolo-Gambela Lot 2 GOE50DB
18Agaro-Gera-Medabo GOE100DB
19

Adola – Melkadesta – Harenfema – 
GOE74.9DBB
20Bishoftu Expressway Approch Road GOE5DB
21

Gambella-Abobo-Goge-Dima Lot 3: Gilo River-Akuwela-Achagna-Dima 
GOE80DB
22Sodo Town Sections (Sodo – Town – Areka 
Junction, Sodo Town – Agricultural College and Sodo Town – Woli) 
GOE15.5DBB
23

Hojadure – Goro – Kenate 
GOE68DB
24

Hamusit – Este/Mekaneyesus – Simada -Sayient – Buso, Lot 3: Simada – Sayient – Buso 
GOE62.7DBB
25Gendesheno – Ejere – Gundomeskel – Woleka – Keymebrat Lot 1 Gendesheno – Ejere – Gundomeskel GOE90DBB
26

Continuation of construction works of Iteya -Robe – Seru Lot 2: Robe – Seru Road project 
GOE68.28DBB
27

Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot I: Debark – Buahit 
GOE61.8DB
28Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE72.9DB
29Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE61.96DBB
30Continuation of Construction works of Aykel – Zufan – Angereb; Lot 1 Aykel (Km 0+000) 

Km 69+000 Road Project 
GOE69DBB
31

Continuation of Adura – Akobo and Adura – Burbey Road Project 
GOE125.4DBB
32

Alamata – Chelana – Merewa – Tsetsere – Dela : Lot 1 Alamata – Km 65 
GOE72.2DBB
33

Debremarkose-DebreEliyas-Temecha-Kuch-Ayehu-Zegem-Chagni Lot 4: Ambla-Zigem – Chagni 
GOE86.3DBB
34

Kesa-Gimja Bet-Azena-Ambela 
GOE62DBB
35

Bure-Gomer 
GOE41.5DBB
36Homosha – Hidase Dam – Guba Lot 2 Km 70 – Hidase Dam – Guba GOE147DBB
37

Kobo – Kulmusk – Lalibella Lot 1: Muja- Kobo 
GOE60DBB
38

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 2 
GOE82.5DBB
39

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 3 
GOE60DBB
40Chebera Churchura – Gudumu GOE79DB
41

Bojeber-Areqit – Kutere – Bilalo 
GOE58DB
42

Alamata – Chelana – 100Merewa – Tsetsere – Dela – Samere Lot 2: K.m. 65-Tsetsere- Dela 
GOE70DBB
43Alemgena – Butajira-Sodo Lot 1: Alemgena – Butajira GOE100DBB
44

Negele Borena – Doloado – Melkasuftu Lot 3 Filtu – Doloado 
GOE93DBB
45Morka-Gircha-Chench-Chano Lot 2: Chencha-Chano GOE22DBB
46

Semera – Yalo – Mehoni 
GOE90DBB
47

Bulehora – Shakiso – Kibiremengest Lot 2: Km 70- Bulehora 
GOE72DBB
48Alemgena – Butajira-Sodo Lot 2: Butajira-Hosaina GOE100DBB
49Gimbi – Guye – Alga – Metu Lot 2: Km60-Metu GOE70DBB
50Hagayu – Sigmo – Saylem – Leqa – Becho – Metu: Lot 1 GOE70DB
51

Halaba-Siraro – Shemana – Hawassa Airport Jun/Erba Junction 
GOE63DBB
52

Gerahusenay – Ahiferom/Sero 
GOE40DBB
53Sekota – Amdework – Tekeze – Ibnat – Addis Zemen: Lot 1 GOE70DB
54Bati – Medina – Harewa – Bora – Kemise GOE110DB
55

Hawassa – Loke – Hantacho – Chuko 
GOE47DBB
56Aletawondo – Teferikela – Dilla GOE24DBB
57

Hosaina – Jajura – Gimbichu – Jako 
GOE50DBB
58

Gnigang. Jikawo-Dobrar– Rek 
GOE130DB
59Gelego – Tewodros Ketema – Guba Lot 2; Tewodros KetemaOmedila – Almahili – Mankush – Guba, Contract 1 GOE90DBB
60Goba – Dolomena – Negele Borena/Bitata/ Lot 1 Goba 
Dolomena 
GOE100DB
61Ginir-Gode Lot 1 GOE70DB
62Degehamedo – Degehabur GOE75DB
63Arbaminch – Wezeka – Konso – Jinka Lot 1 Arbaminch-Konso GOE135DB
64Arbaminch – Wezeka – Konso – Jinka Lot 2 Konso – Jinka GOE135DB
65

Kombolcha-Mekaneselam, Lot I 
GOE100DB
66Mekaneselam-Abay River Bridge-Gindewoyin GOE122DB
67Durgi – Gibe River – Omo Nada Lot 3; Gibe River – Omo Nada GOE50DBB
68Metema – Abrihajira – Maserodenb – Sanja, Lot 2, Cont. I: Abrihajira-km-80 GOE80DB
69Negele Borena – Dolo Odo – Melkasuftu Lot 2: Km 60 – Filtu GOE62DBB
70Jihur-Zemero-Degolo-Wereilu-Guguftu, Lot 1, Cont. 1: Jihur-Zemero GOE78DB
71Wacha-Maji, Lot 1 GOE90DB
72

Gilgel Beles-Dibate-Wenbera 
GOE58DB
73

Makisegnit – Degoma – Arbaya – Guhala – Setseka – Mesheha – Abi 
Adi Junction 
GOE80.71DB
74Dima-Bero-Kibish/k.m. 90-F4F6 Road Junction Lot 2: Kibish/Km 
90-F4F6 Road Junction 
GOE67DBB
75

Kofele-Kore – Bekoji and Arsi Negele – Bilalo Junction 
GOE68DB
76

Adi Gudem – Dengolat – Gejet – Yechela 
GOE71.27DB
77

Birki-Hayikmashal-Atsibi Junction 
GOE20DB
78Filtu – Moyale: Lot 1 GOE70DB
79

Tolta-Gelila-Laska and Shirshir-Wubhamer Sper 
GOE125DBB
80Ebantu(Hindi) – Ayana – Gelilla – Haro Limu – Yaso GOE95DB
81Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract I: Awash – Meiso (Km 0+000-70+500)(Re-tender) GOE70.5DBB
82Awash – Kulibi – Dire Dawa/Harer Overlay Road Project: Contract II: Meiso – Heirna (km 70+500-139+468)(Re-tender) GOE68.97DBB
83Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract III: Himna – Duse (km 139+468 225+000) (Re-tender) GOE85.53DBB
84Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract 
IV: Duse – Dengego – Harer & Dengego – Dire Dawa (km 225+000 
290+864 & 0+000 – 19+541) (Re-tender) 
GOE85.41DBB
85Addis – Gibe River Road Overlay Project Lot II; Sebeta-Kore GOE64DBB
86Addis – Gibe River Road Overlay Project; Lot III; Kore – Gibe 
River 
GOE93DBB

The selection of bidders will be carried out either by International Competitive Biddings (ICB) procedure or National Competitive Biddings (NCB) procedure based on the specific project requirements and conditions. Subsequently, the Specific Procurement Notice for each of the projects will be announced separately through nationally circulating newspaper (Ethiopian Herald), Ethiopian Roads Authority’s (ERA’s) website (www.era.gov.et) as well as through Public Procurement and Property Administration Agency’s (PPPAA’s) website (www.ppa.gov.et) and through appropriate further publications as deemed necessary. Addresses for Correspondences: Zekarias G/Giorgis, Engineering Procurement Directorate, Director 

Ethiopian Roads Authority P.O.Box: 1770 

G +2 Special school building Construction

Published on: Addis Zemen ( Sep 18, 2020 ) /Place of Bid Competitions:Oromia

Remaining Time for Bid Submission

INVITATION TO BID 

Invitation for bids (IFB) for Construction of G +2 Special school building 

Project Name: – G +2 Special school building. 

  1. The kurfa chale woreda education Office now invite wax-sealed hids from eligible bidders to all national contractors of class GC/BC-6 and above that shall submit a certificate of registration from the Ministry of Construction and Urban Development/ Oromia Construction Bureau or other region renewed for Current Budget Year 2012 E.C/2020 G.C. and who have renewed their Trade License for the current fiscal year and have got VAT registration certificate & Tax Clearance Certificate valid during the bidding period from the concerned Governmental Body. 
  2. Bidding documents may be purchased from kurfa chale woreda education Office for a nonrefundable fee of Birr 300.00 (Three Hundred Birr Only) at working hours, starting from The method of payment will be in cash. 
  3. Bids shall be valid for a period of 90 days after bid opening and must be accompanied by a bid security of 1% of the bid amount in the form of CPO or unconditional bank guarantee and shall be delivered to the kurfa chale woreda education Office, along with the envelope of the original financial document. 
  4. Pursuant to ITB (16.2) the bid security validity period shall extend 28 days beyond the bid validity period (i.e. bid security validity hall be at least for 118 days) submission of a lesser validity period from the cited 118 days would be a cause for rejection from the bid. 
  5. The Financial document shall be prepared in one original and two copies. The original & the copies shall be signed, stampede & wax sealed in a separate envelope clearly marking “Original”. “Copy 1″ & “Copy 2”. Failure to do so would entail rejection of the bid, 
  6. The qualification document shall be prepared in one original and two copies. The original & the copies shall be signed, stamped & wax sealed in a separate envelope clearly marking original”, “copy 1” & copy 2”. Failure to do so would entail rejection of the bid. 
  7. The committee assigned by the client will evaluate the qualification of the bidders based on the basis of their responsiveness to the bid document, by applying the evaluation criterion and point assigned to the criterion sub-criterion and points assigned to the criterion in the datasheet. Each qualification document will be given the score point. A bidder will be rejected at this stage if it does not respond to the tender document or fails to achieve the minimum technical score 70% 
  8. Only financial offers of those bidders who scores the minimum qualifying point, 70% /seventy percent/ and above, will be opened on the financial opening date. The financial opening of the bidders who have scored less than the minimum passing point ie 70% will be returned unopened. 
  9.  The bids shall be automatically rejected. 
  10. The bid will be closed in the afternoon, at 2:00 PM. and opened at 2:30 PM on 15st day from the date advertised by The At which time the bid document will be opened, at kurfa chale administration office, in the presence of the bidders or their representative who wish to attend in the presence of the bidders. 

For reference or additional Information 

0913 78 79 63 /09 20 09 57 46 /0921-69 49 36 

kurfa chale woreda education Office 

Construction of 11 (eleven) irrigation projects

Published on: Ethiopian Herald ( Sep 17, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Invitation for Bids (IFB) 

Tender No OANRB / GOV/2012/13/01 

To, ALL CONTRACTORS OF CATEGORY INDICATED IN THE TABLE BELOW WITH 

RENEWED LICENSE VALID FOR THE FISCAL YEAR 

  1. Oromia Agriculture and Natural Resource Bureau (OANRB) has got a budget from the Regional Government of Oromia to construct 11 (eleven) irrigation projects which are constructed in different Zone and Woreda of the Region as indicated in the table below. 
  2. Accordingly, OANRB now invites eligible contractors to submit sealed bids for the execution and completion of the following projects. 
IIIName of the projectsZoneWoredaArea in heNo of beneficiariesBid securityCatagory
1Gololcha projectwHararrge G/boedode410820500,000.00 ETBGWWC-5 & Above
2Aboono projectJimmas/cokoesa230257300,000.00 ETBGWWC-5 & Above
3Biftu belina projectArsiSh/kolu5098200,000.00 ETBGWWC-5 & Above
4Diba projectk/welegad/wabesa4090250,000.00 ETBGWWC-5 & Above
5Kubo luxo projectn/shewaAdama4590300,000.00 ETBGWWC-5 & Above
6Yatu balo projectn/harrargem/ballo/190426300,000.00 ETBGWWC-5 & Above
7Abdi Qolla projectSpecial zoneSululta135294300,000.00 ETBGWWC-5 & Above
8Sama projectEast shawaBako tibe80152150,000.00 ETBGWWC-5 & Above
9Debisa projectEast welegaGuliso50100230,000.00 ETBGWWC-5 & Above
10Chabi albero projectborenaYabelo200160400,000.00 ETBGWWC-5 & Above
11Hassa projectEast harrargeg/basasa1002001% OF THE OFFER PRICE ETBGWWC-5 & Above

3. The contractors are invited to submit their wax sealed Financial and Technical proposal document separately as further clarified in the bidding document for the execution and completion of the cited contract. 

4. A complete set of bidding documents may be purchased from Oromia Agriculture and Natural Resource Bureau (OANRB) procurement and finance process 3rd floor working hours upon submission of a written request and payment of a non-refundable fee of Eth. Birr 300.00 (three hundred only) for one project. The method of payment will be in price ETB cash only. 

5. Interested contractors may obtain further information from our Bureau, Contract administration & construction supervision directorate or Finance and procurement process 

6. No Price adjustment will be allowed 

7. Bids must be delivered to Oromia Agricultural & Natural Resource Bureau, “Sarbet” area The regional government of Oromia Bureaus Building B-2, 3rd floor Procurement Finance Process at Oct. 15/2020 up to 10:00am. 

8. Bid will be closed on the date Oct. 15/2020 at 10:00 am & opened in the presence of bidder or their legal representatives on the same date at 10:30 am. 

9. Bids shall be valid for a period of 60 days after bid closing and must be accompanied by a bid security of stated in the above table in the form of Un conditional Bank guarantee only and must be delivered in accordance with the BDS. 

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

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

Bureau Tel no. +251-118829173/Fax-0113717488, P.O.box 8770 B-2 3rd floor. 

Oromia Agricultural & Natural Resource Bureau FINFINNEE 

Subcontract the Earthwork including Clearing and Grubbing, Roadbed Preparation, Excavation…

Published on:Reporter ( Sep 16, 2020 ) /Place of Bid Competitions:Ababa Ethiopia

Remaining Time for Bid Submission

Notice of Bid Invitation for Construction Work

(Procurement No. BEAEKA/ED/01/2020)

  1.  BEAEKA General Business PLC has signed a contract Agreement with Ethiopian Roads Authority for the construction of Jijiga-Gelelesh-Deghamedo-Segeg Road Project; (Contract II: Km 55+400-Km 165+220) and intends to subcontract the Earthwork including Clearing and Grubbing, Roadbed Preparation, Excavation, Embankment Construction and sub-base construction, From station 135+400to 150+000 (Lot I) and 150+000 to 165+220 (Lot II) in two lots to eligible contractors.
  2.  BEAEKA General Business PLC now invites registered constructors of category GC-4, RC-3 and above with their professional and trade license valid for the year 2012 E.C/ registered for VAT and having tax clearance for local contractors to submit sealed bids for providing the necessary labor, materials, and equipment for the Earthwork including clearing and Grubbing, Roadbed preparation, Excavation, Embankment Construction and sub-base for each of the lots indicated.
  3. The works to be carried out under this sub-contract comprises Clearing and Grubbing, Road Bed Preparation, in situ Roadbed Treatment, Excavation, Embankment Construction and sub-base construction. The road shall have a cross section of 10m (7m DBST carriageway and 1.5m gravel shoulder on each side or as per the drawings for different sections). The road is DS4 standard and the subcontractor is expected to construct the sub-contract work as per the drawings and specifications of the main contract.
  4. Interested eligible bidders may obtain further information and inspect the bidding documents at the BEAEKA General Business PLC at the address given below from 8:30 to 12:30 am and 1:30 to 5:30 pm from Monday to Friday local time. Complete set of bidding documents in English may be purchased by interested bidders as of September 25/2020 at the above office upon presentation of the document mentioned under item (2) above and a written application addressed to the company and upon payment of a non-refundable fee of Birr 500. Address: BEAEKA GENERAL BUSINESS PLC, SEMIEN MAZAGAJA ON THE WAY TO ADDISU GEBEYA, ADJACENT TO POLAND EMBASSY, BEAEKA BUILDING, 4th FLOOR, TEL: +251930481594
  5. Bidders shall submit two envelopes, “Qualification information and Bid security” and “Financial Bid” separately sealed and the two envelopes should also be sealed in an outer single envelope.
  6.  Evaluation is to be carried out in two stages, qualification information first and Financial Bids of qualified Bidders next.
  7.  Bidders could choose to partake in one or both lots.
  8.  Bids must be delivered to the address below on or before Oct 25/2020 at 10:00 A.M in the morning. All bids must be accompanied by a bid security of ETB 50,000.00 and late bids will be rejected. Qualification information and bid security will be opened in the presence of bidder’s representatives who choose to attend, at the address below on October 25/2020 at 10:30 A.M in the morning.
  9. For any of your inquires please contact BEAEKA GENERAL BUSINESS PLC, Engineering Department Manager, Addis Ababa Ethiopia Tel. +251930-48-15-94/+251935-99-87-86
  10. BEAEKA GENERAL BUSINESS PLC reserves the right to accept or reject any or all bids without giving any reasons.

BEAEKA GENERAL BUSINESS PLC.

Evaluation of Ethiopia Smart up Factory Youth Innovation Project

Published on: Reporter ( Sep 16, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

PLAN INTERNATIONAL ETHIOPIA

CALL CONSULTANTS FOR EVALUATION OF THE PROJECT

Advertisement

Bid No. PIE/PRM/06/2021

Plan International Ethiopia is an international, humanitarian, child focused development organization without any religious, political or governmental affiliations it strives to achieve lasting improvements in the quality of life of deprived children through a process that unites people across cultures and adds meaning and value to their lives. To realize this, Plan has been using its guiding theoretical approach called Child – centred Community Development (CCCD). Plan International Ethiopia has been operating in Ethiopia since 1995.

Plan International Ethiopia is seeking for competent and reliable consultants to conduct for the Evaluation of Ethiopia Smart up Factory Youth Innovation Project

Mandatory Requirement
1. Copy of Renewed & Relevant business license
2. Copy of VAT Registration Certificate
3. Copy of TIN Certificate
4. Technical & Financial Proposal
  • Tenders submitted after the deadline will be automatically rejected.
  • Plan International Ethiopia reserves the right to reject all or part of the bids.
  • Bid instruction documents and TOR can be obtained from Plan International Ethiopia, Country Office in hardcopy form according to the details provided below:
Date for tender document collectionFrom September 16,2020 to September 30,2020
Time for collecting tender documents8:30a.m. – 5:00p.m. Monday to Friday
Tender deadlineSeptember  30, 2020 2:00 p.m. (afternoon)
Tender public openingSeptember  30, 2020 2:30 p.m. (afternoon)

Address:

Plan International Ethiopia | Country Office

Logistics and Admin Department

Adama Real State, 8th Floor, Ziquala Complex, Kirkos Sub city

Addis Ababa, Ethiopia

Tel: +251-115571916

Construction of Fence for the Center of Innovation and Technology

Published on: Ethiopian Herald ( Sep 17, 2020 ) /Place of Bid Competitions:SOMALI 

Remaining Time for Bid Submission

INVITATION FOR BIDDING (IFB)

SOMALI REGIONAL STATE, SULTAN

ABDULLAH SULTAN BADE POLYTECHNICAL COLLEGE

IFB NO: 08/2012

  • IFB Title: – Construction of Fence for the Center of Innovation and Technology
  1. The Somali Regional State, Sultan Abdullah Sultan Bade Polytechnic College, invited documents from eligible bidders for the Construction of a Fence for the Center.
  2. A complete set of bidding documents for the Construction of Fence for the College Center of Innovation and technology can purchase by legal and interest bidders that have a renewed trade license, VAT registration evidence and supply list certificate from the Somali Regional State, bureau of finance and economic development, upon payment of a non-refundable fee of birr 300 (three hundred birr) from Sultan Abdullah Sultan Bade Polytechnic College finance and logistics support process office within 12(twelve) working days of the first appearance of this announcement during the official working hours.
  3. Interest and Eligible bidders may obtain further information from the College.
  4. All bids must be accompanied by a security of 1% of the bid amount in the form of the bank guarantee, Cash, or CPO, and submitted before the closing date.
  5. The bid will be opened in the Sultan Abdullah Sultan Bade Polytechnic College General hall in the presence of bidders or their representative on the 12th day of appearance of announcement shall be opened on the next day.
  6. The original and copy of the bid document shall be signed and sealed in all pages by the bidders.
  7. Bidders should submit one original and copy of the bid document with a separate sealed envelope
  8. The College reserves the right to reject any or all bids.

NB: For farther information please call:-

+0915066006/0915330819

SRS, Sultan Abdullah Sultan Bade Polytechnic College

G+3 የገበያ ማዕከል ማስገንባት…

Published on: Addis Zemen ( መስከረም 7፣ 2013 ) /Place of Bid Competitions:ባሌ 

Remaining Time for Bid Submission

በድጋሚ ለሁለተኛ ጊዜ ያወጣ

የጨረታ ማስታወቂያ

 በባሌ ዞን  በጎባ ከተማ የሚገኘው ተስፋ ቁጠባና ብድር ሃላፊነቱ የተወሰነ ህብረት ስራ ማህበር በጎባ ከተማ ጨፌ ሆራ /03/ቀበሌ በሚገኘው በ 640 ሜ ላይ G+3 የገበያ ማዕከል ማስገንባት ይፈልጋል፡፡

በመሆኑም ለህንጻው ግንባታ የሚያስፈልጉት ማቴሪያል በማህበሩ የሚቀርብ ሲሆን የ GC5 እና ከዚያ በላይ ተቋራጮችን በእጅ ዋጋ ብቻ እወዳድሮ ማሰራት ይፈልጋል :: ስለዚህም ከዚህ በታች ያሉትን መመዘኛዎች ማሟላት የሚችል ተቋራጭ በጨረታው መሳተፍ ይችላል፡፡

  1. የዘመኑን ግብር የከፈለና የታደሰ ህጋዊ የGC5 እና ከዚያ በላይ ፍቃድ ያለው እና የቫት ተመዝጋቢ የሆነ፡፡
  2. ተጫራቹ የ3 ዓመት እና ከዚያ በላይ የስራ ልምድ ማቅረብ አለበት፡፡
  3. የጨረታ ማስከበሪያ ሲፒኦ/CPO/ በባንክ የተረጋገጠ 5% (አምስት ፐርሰንት) በማህበሩ ስም አዘጋጅቶ ማስያዝ አለበት፡፡
  4. የጨረታውን ሰነድ የማይመለስ ብር 500 (አምስት መቶ ብር ብቻ) ከምስራቅ ጎባ ቀበሌ ውስጥ ከሚገኘው የማህበሩ ጽ/ቤት መግዛት ይችላል፡፡
  5. ተጫራቾች የጨረታውን ሰነድ ዋናው እና ኮፒውን ለየብቻ በሰም በታሸገ ኤንቨሎፕ የማቅረብ ግዴታ አለባቸው፡፡
  6. ተጫራቹ ፋይናንሻል ጨረታ ሲሞላ ምንም ዓይነት ስርዝ ድልዝ መኖር የለበትም፡፡
  7. ተጫራቾች የሚወዳደሩበትን የዋጋ ማቅረቢያ ሰነድ በመሙላት ይህ ማስታወቂያ ከወጣበት ቀን ጀምሮ ጨረታው እስከ ሚዘጋበት ሰአት ድረስ በተዘጋጀው የጨረታ ሳጥን ውስጥ ማስገባት ይኖርበታል ፡፡
  8. ጨረታው የሚከፈተው ይህ ጨረታ በማስታወቂያ ከወጣበት ቀን ጀምሮ በ21ኛው ቀን ከጠዋቱ 4:00 ሰአትተዘግቶ በዚያው እለትከጠዋቱ 4:30 ሰዓት በማህበሩ ጽ/ቤት ህጋዊ ተጫራቾች ወይም ውክልና ባለው አካል ባሉበት ይከፈታል፡፡ ዕለቱ በአል ከሆነ በሚቀጥለው የስራ ቀን በተጠቀሰው ሰአት ጨረታው ይካሄዳል፡፡
  9. አሸናፊው ተቋራጭ ማሸነፉ ስማስታወቂያ ከተገለፀበት ቀን ጀምሮ በ3ኛው ቀን በማህበሩ ጽ/ቤት ቀርቦ ውል የመፈፀም ግዴታ አለበት። በተጠቀሰው ቀን ቀርቦ ውል የማይፈፅም አካል ለጨረታ ማስከበሪያ ያስያዘው ሲፒኦ/ PO/ ለድርጅቱ ገቢ ይሆናል፡፡
  10. ሌላው ዝርዝር ሁኔታዎች በጨረታ መመርያ ላይ በወጣው ደንብ መሠረት ተፈፃሚ ይሆናል፡፡
  11. ማህበሩ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ በሙሉ የመሰረዝ ህጋዊ መብት አለው፡፡
  12.  ለተጨማሪ መረጃ በጽ/ቤቱ የስልክ ቁጥር 0226611839/0919839094 ደውሎ መረጃ ማግኘት ይችላሉ፡፡

ተስፋ ቁጠባና ብድር ኃላፊነቱ

የተወሰነ ህብረት ስራ ማህበር

Construction of Small Scale Irrigation Canal and C-Type Veterinary Clinic

Published on: The Daily Monitor ( Sep 16, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION TO BID 

TO ALL CONTRACTERS OF CATEGORY GC/WWC and above (for Construction of Small Scale Irrigation Canal) and BC/GC 6 and above (for Type C Veterinary Clinic) WITH LICENCE VALID FOR THE YEAR 2012 E.C. 

SOS Sahel Ethiopia jointly with Ayuda en Accion and WISE are implementing a project called “Promote Resilient Environments and Livelihoods of Most Vulnerable Families through the Reduction of Food Insecurity, Migration, & Youth Unemployment (LIVE) in Arsi, Oromia” in Tena, Amigna and Arsi Robe woredas of Arsi Zone with funding support obtained from Spanish International Cooperation for Development (AECID). The organization invites eligible bidders for construction of Small Scale Irrigation Canal and C-Type Veterinary Clinic in the project implementation districts. 

  1. Bid documents for the above mentioned works shall be obtained from SOS Sahel Ethiopia Head Office at Addis Ababa against payment of non-refundable fee of Birr 200.00 during office hours. 
  2. Interested companies may obtain further information from the organization on tel. no. 0114-16-03-91. 
  3. Bids shall be submitted in one original and one copy accompanied by bid bond amount of 2% of total offer in the form of Bank Guarantee or CPO in a sealed envelope until 29, September 2020 at 2:00 pm to Addis Ababa SOS Sahel Ethiopia Head office. 
  4. Company profile including all registration certificates and licenses for the year shall be submitted together in the original technical envelope. 
  5. The bid shall be opened on 29, September 2020 at 2:30pm in the presence of bidders or their legal representative at Sos Sahel Ethiopia, Head office. 
  6. SOS Sahel Ethiopia reserves the right to accept or reject any or all bids. 

50ኪ.ሜ (በቁጥር 9) የገጠር መንገዶች ዲዛይን

Published on: Addis Zemen ( መስከረም 6፣ 2013 ) /Place of Bid Competitions:ሐረሪ ክልል

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ

የግዢ መለያ ቁጥር ..HTRDB RRCM 001/13

የሐረሪ ክልል ትራንስፖርት እና መንገድ ልማት ቢሮ በ2013 በጀት ዓመት አገልግሎት ግዥ ለመፈጸም ከዚህ በታች ያሉትን ዝርዝር መስፈርቶች የሚያሟሉ ተወዳዳሪዎችን ለጨረታ ይጋብዛል፡፡

  1. የአገልግሎት ግዢው የሚፈልገው የፕሮጀክቱ አይነት የ50ኪ.ሜ (በቁጥር 9) የገጠር መንገዶች ዲዛይን፡፡
  2. ተጫራቹ የንግድ ዘርፉን የሚያመለክት የዘመኑን ግብር የከፈሉበት የንግድ ፈቃድ ማቅረብ አለበት
  3. ተጫራቹ ግብር ምዝገባ ቁጥር ወይም የግብር ከፋይ መለያ ቁጥር የምስክር ወረቀት ማቅረብ አለበት
  4. ተጫራቹ በአቅራቢዎች ዝርዝር የተመዘገቡ መሆኑን የሚያመለክት የምስክር ወረቀት ማቅረብ አለበት
  5. ተጫራቹ የግብር እና ተጨማሪ እሴት ታክስ በወቅቱ የተከፈለ መሆኑን የሚያሳይ ማረጋገጫ ማቅረብ አለበት፡፡
  6. ተጫራቹ የጨረታ ሰነዱ ከወጣበት ጊዜ ጀምሮ ለተከታታይ 21 ቀናት የማይመለስ 200 ብር በመክፈል መግዛት ይችላል፡፡
  7.  ተጫራቹ የጨረታ ዋጋ ማስከበሪያ ብር 50,000.00 የባንክ ዋስትና ወይም የማይሻር ሌተር ኦፍ ክሬዲት የቀረበ ዋስትና ሊያቀርብ ይችላል፡፡
  8.  ጨረታው የሚከፈተው በትራንስፖርት እና መንገድ ልማት ቢሮ አዳራሽ ተጫራቾች ወይንም ህጋዊ ወኪሎቻቸው በተገኙበት በጋዜጣ ከወጣበት ተከታታይ 21 ቀናት በኋላ 22 ቀን ይሆናል፡፡ ቀኑ ከሥራ ቀን ውጪ ከሆነ በቀጣይ የሥራ ቀን ይሆናል፡፡
  9. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡

ለበለጠ መረጃ፡- በስልክ ቁጥራችን 025 666 07 98 ወይም 09 85 093765 በመደወል ከሰኞ እስከ አርብ ባሉት የሥራ ቀናት መረጃ ማግኘት ይችላሉ፡፡

የሐረሪ ክልል ትራንስፖርት እና መንገድ ልማት ቢሮ

የG+1 ሕንፃ ዕድሳት

Published on: Addis Zemen ( መስከረም 5፣ 2013 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

 የሕንፃ ዕድሳት የጨረታ ማስታወቂያ ቁጥር 03/2013

ፐብሊክ ሰርቪስ የሰራተኞች  ትራንስፖርት አገልግሎት ድርጅት የዋናው መ/ቤት G+1 ሕንፃ የግንባታ ፈቃድ ያላቸውን ተቋራጮች አወዳድሮ ሕንፃውን ማሳደስ ይፈልጋል፡፡

  1. ተጫራቾች  የጨረታውን ዝርዝር መግለጫ ይህ ማስታወቂያ በጋዜጣ ከወጣበት ቀን ጀምሮ ዘወትር በሥራ ቀናት የማይመለስ ብር 200.00 (ሁለት መቶ ብር) በመክፈል ከድርጅቱ ቢሮ ቁጥር 3 በምት ወቅት ይችላሉ፡፡
  2. ተጫራቾች  ሕጋዊ የግድ ፍቃድ፣ የግብር ከፋይነት የምስክር ወረቀት ፣ የተጨማሪ እሴት ታክስ ሠርተፊኬት የንግድ ምዝገባ የምስክር ወረቀት እንዲሁም ኮፒ ከጨረታ ሰነድ ጋር ማያያዝ ይኖርባቸዋል፡፡
  3. ተጫራቾች የግንባታ ፈቃድ ደረጃቸው ደረጃ 8 እና ከዚያ በላይ ያላቸው ሆነው ለዚህም ከከተማና ልማት ኮንስትራከሽን ቢሮ ደረጃቸውን የሚገልጽ የምስክር ወረቀት ማቅረብ ይኖርባቸዋል፡፡
  4. ተጫራቾች ከዚህ ቀደም በተለያዩ ድርጅቶች የሰሩባቸውን ቢያንስ ከ 2 ድርጅት ያላነሰ የመልካም ሥራ አፈጻጸም ማስረጃ ማቅረብ ይኖርባቸዋል፡፡
  5. ተጫራቾቹ የሚያቀርቡት ዋጋ ድርጅታችን ያዘጋጀውን የግንባታ ዲዛይን ቢል ኦፍ ኳንቲቲ መሰረት በማድረግ የሙያና የዕቃ ዋጋን ቫትን ጨምሮ ስለመሆኑ ማመላከት አለበት፡፡
  6. ተጫራቹ የጨረታ ማስከበሪያ (Bid bond) የሕንፃ ማደሻ የዕቃ ዋጋን ጨምሮ የጠቅላላ ዋጋውን 2 % ባንክ በተመሠከረለት ቼከ፣ ሲፒኦ ወይም በሁኔታ ላይ ባልተመሰረተ የባንክ ዋስትና ማስያዝ ይኖርባቸዋል፡፡
  7. ተጫራቾች የሚያቀርቡትን የጨረታ ሰነድ ኦርጅናል እና ኮፒ በመለየት በኤንቨሎፕ በማሸግ ጋዜጣው ከወጣበት ቀን ጀምሮ ለ15 ለተከታታይ ቀናት እስከ 4፡00 ሰዓት በሎጀስቲክስና ሰፕላይ ዳይሬከቶሬት ቢሮ በተቀመጠ ሳጥን ውስጥ ማስገባት አለባቸው፡፡
  8. ጨረታው የሚከፈተው ይህ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ከወጣበት ቀን ጀምሮ 15 ተከታታይ ቀናት ቆይቶ በ15ኛው ቀን ከጠዋቱ 4፡00 ሰዓት ተዘግቶ በ4:30 ሰዓት ላይ ተጫራቾች  ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት በሎጀስቲክስና ሰፕላይ ዳይሬክቶሬት ቢሮ ቁጥር 3 ይከፈታል፡፡ የመክፈቻ ቀን ቅዳሜ እና እሁድ ወይም በበዓል ላይ ከዋለ ጨረታው በሚቀጥለው የሥራ ቀን በተመሳሳይ ቦታ እና ሰዓት ይከፈታል፡፡
  9. ድርጅታቸን ጨረታውን በከፊልም ይሁን ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው።

አድራሻ የፐብሊክ ሰርቪስ ሠራተኞች የትራንስፖርት አገልግሎት ድርጅት ከሜክሲኮ ወደ ልደታ ቤተከርስቲያን የሚወስደው መንገድ ላይ ፖሊስ ሆስፒታል ፊት ለፊት ነው

ለተጨማሪ መረጃ ስልክ ቁጥር፡- 0115-51-66-09

የፐብሊክ ሰርቪስ ሠራተኞች

ትራንስፖርት አገልግሎት ድርጅት

G+3 የንግድ ህንፃ ግንባታ…

Published on:Be’kur ( መስከረም 4፣ 2013 ) /Place of Bid Competitions:ደሴ

Remaining Time for Bid Submission

ለሶስተኛ ጊዜ የወጣ የግንባታ የጨረታ ማስታወቂያ

የወል ኀ/የተ/ሁለ/የገ/ህ/ስ/ማህበራት ዩኒየን በጃማ ወረዳ ደጎሎ ከተማ ውስጥ ማስገንባት ለፈለገው G+3 የንግድ ህንፃ ግንባታ በግልጽ ጨረታ አወዳድሮ ማሰራት ይፈልጋል፡፡ ተጫራቾች ለህንፃ ግንባታው የሚያስፈልገውን

ማቴሪያል አቅርበው የሚሰሩ ሲሆን ከዚህ በታች የተጠቀሱትን መስፈርቶች የም ታሟሉ ከደረጃ G C/BC 5 እና ከዚያ በላይ ያሉ ስራ ተቋራጮችን ለጨረታ ይጋብዛል ፡፡

  1. ተጫራቾች ለ2012/2013 ዓ/ም የሚያገለግል ህጋዊ የንግድ ፈቃድ የታደሰ የሙያ ብቃት ማረጋገጫ ያላቸውና የዘመኑን ግብር የከፈሉ መሆናቸውን የሚያረጋግጥ ማስረጃ በመያዝ ማቅረብ የሚችሉ፣
  2. ማንኛውም ተጫራች የግብር ከፋይ መለያ ቁጥር/ቲን/ያላቸው፣
  3. የተጫራች እሴት ታክስ ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ፡፡
  4. ተጫራቾች ከላይ የተገለፀውን መረጃዎች የጨረታ ሰነዱን ሲገዙ የማይመለስ ፎቶ ኮፒ ማቅረብ አለባቸው፡፡
  5. ጨረታው ለተወዳዳሪ ክፍት ሆኖ የሚቆየው በጋዜጣ ከወጣበት ጊዜ ጀምሮ ለተከታታይ 15 ቀናት በአየር ላይ የሚውል ሲሆን ጨረታውን የሚዘጋበትን ቀን ደግሞ በ16ኛው ቀን በ8፡00 ሲሆን እንዲሁም በተመሣሣይ ሰዓት 8፡30 ላይ ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ሰነዱን ከገዙበት ቢሮ ውስጥ ይከፈታል፡፡ ባይገኙም ይከፈታል፡፡
  6. ተጫራቾች ለመጫረት የጨረታ ሰነዱን ሲገዙ ለአንዱ የጨረታ ሰነድ የማይመለስ ብር 500 በመክፈል በደሴ ከተማ ደቡብ ወሎ ዞን ግብርና መምሪያ ግቢ ውስጥ በደቡብ ወሎ ዞን ህብረት ስራ ማህበራት ማስፋፊያተጠሪ ጽ/ቤት የማደራጃና ግብይት ቢሮ ድረስ በመቅረብ ዘወትር በስራ ሰዓት መግዛት ይችላሉ፡፡
  7. ተጫራቾች የጨረታ ማስከበሪያ 2 በመቶ በባንክ በተረጋገጠ ሲፒኦ፣ ጋራንቲ ወይም በጥሬ ገንዘብ ማስያዝ ይኖርባቸዋል፡፡
  8. የጨረታ ሰነዱን የፋይናንሽያልና የቴክኒካል ፕፖዛል ዋናና ፎቶ ኮፒ ለየብቻው ታሽጐ በአንድ ፖስታ በማሸግ በቢሮው በተዘጋጀ ሣጥን ማስገባት አለባቸው፡፡
  9. ማንኛውም ተጫራች ጨረታው ከተከፈተ በኋላ እራሱን ከጨረታው ውድድር ማግለል አይችልም፡፡
  10. ማንኛውም ተጫራች ጨረታው ከተከፈተ በኋላ ራሱ በጨረታ ሰነዱ የሰጠው ዋጋና መግለጫ መለወጥና ማሻሻል አይችልም፡፡
  11. አሸናፊው የሚለየው በሎት ጠቅላላ ዋጋ ነው፡፡
  12. ተጫራቾች ከአሁን ቀደም በያዛቸው ፕሮጀክቶች ላይ አሰሪው መስሪያ ቤትም ሆነ ከስራና ልማት ቢሮ/መምሪያ/ ማስጠንቀቂያ ያልቀረበባቸው መሆን ይጠበቅባቸዋል፡፡
  13. የጨረታ ሰነዱ ላይ የድርጅቱ ማህተምና ፊርማ መኖር አለበት፡፡
  14. በጨረታ ሰነዱ ላይ ስርዝ ድልዝ ወይም ለመለየት አሻሚ የሆኑ ነገሮች መኖር የለባቸውም፡፡
  15. አሸናፊው ተቋራጭ አሸናፊነቱ ከተገለፀበት በ10 ቀናት ውስጥ የሚጠየቀውን የመልካም አፈፃፀም ዋስትና/ኢንሹራንስ/ ማስያዝ ይኖርበታል፡፡
  16. አሸናፊው ተቋራጭ የስራ መርሃ ግብር፣ የሰው ሃይል አጠቃቀም የማቴሪያልና ፋይናንስ ፍሰት አጠቃላይ መርሃ ግብር እንዲሁም የክፍያ አጠቃቀም የሚያሣይ መርሃ ግብር በማቅረብ ከጽ/ቤቱ ጋር ውለታ መውሰድ ይጠበቅበታል፡፡
  17. መስሪያ ቤቱ እንደ በጀቱ ሁኔታ በጨረታ ሰነዱ ላይ የተዘረዘሩትን እቃዎች ብዛት እና አይነት መጨመርም ሆነ መቀነስ ይችላል፡፡
  18. መስሪያ ቤቱ የተሻለ ዘዴ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡ ለተጨማሪ መረጃ በስልክ ቁጥር 0931623651 ወይም 0912855990 ደውሎ መጠየቅ ይቻላል፡፡

የወል ኀ/የተ/ሁለ/የገ/ህ/ስ/ማህበራት ዩኒየን

Design & revision, preparation structural design & specification, site adaptation, Contract Administration and Supervision…

Published on: Be’kur ( Sep 14, 2020 ) /Place of Bid Competitions:D/elias Woreda

Remaining Time for Bid Submission

INVITATION TO BID

  • To: All consultant of category 3 and above with license valid for the year 2013 E.C and can present registration certificate for construction work service from the concerned organization

1. Debre Elias woreda Administration coun/office has invited wax-sealed bids compromising of a Technical and financial proposal from eligible bidders for providing the necessary preparation of all Design & revision. preparation structural design & specification, site adaptation. Contract Administration and Supervision of D/elias Woreda

2. Both the pre-qualification (Technical)and priced(Financial)bid documents may be obtained by any interested eligible bidders on the submission of a written application

to Debere Elias woreda Administration coun/office

P.O.BOX—————–

Tele:0582500010/11

Fax:——————

And upon payment of non-refundable birr;-200 birr only

To whom all inquires and correspondences should be addressed

3. Each bid must be accompanied by an acceptable bid bond.at/the Bidder, option, in any of the following forms:-An irrevocable letter of Credit and Cash, Cheekcertifiedby a reputable bank or financial institution, or payable order, in the sum equal to 2% of the bid amount including VAT, which shall remain in forces for 90calendar days from the bid opening date and shall be in a separate envelope The successful bidder will be required to furnish a performance bond in the sum of 10%of the gross bid sum within 15 days from the signature.

4. Bidders are warned that they must read and comply in full with the” INSTRUCTION TO BIDDERS”

5. All bids must be submitted based on the free market price

6. Both the technical and financial documents shall be in separate envelopes(one original & one copy)

7. Applicants who do not score a minimum of 70% of technical qualification criteria allocated 100% points will be considered as not pre-qualified and their price(financial) bid document will be returned to the applicant without opening it. and all bid will be evaluated technical evaluated and financial ledst bidder.

8. Sealed technical & financial documents shall be submitted to the D/Elias woreda Administration coun/office 11:30 on or before 31 calendar days from the first date of advertisement at 4:00 p.m hours and shall be publicly opened the same day(31 calendar days from the first date of advertisement)and the same place at 4:30 p/hours in Elias woreda Administration coun/office when the names of the bidders and the number of their bids will be declared Bidders are advised to attend the opening of bids.

9. Bidders may obtain further information from D/Elias woreda Administration coun/office P.O.BOX———————————fax: ——————tele 0582500010/11

or—0587711671/0587711076

10. Bidders must present a certificate of VAT registration.

11. Bidders must provide a certificate of satisfactory execution of previous contracts and/or experience provided by other contracting parties to the contract concerned

in number and within the period specified in the bid datasheet for the similar size/type contract with a budget of at least that of this contract

12. Bidders must provide all relevant documents for equipment specified in the bid datasheet.

13. The Elias woreda Administration coun/office reserves the right to reject any or all bids without giving reasons therefore and to waive informalities and irregularities, which do not constitute a material modification in the bids received

D/elias Woreda Administration

Design – Build Operate (DBO) Contract of Fecal Sludge and Septage Treatment Plants (FSTPs) in Five Towns in two lots (Lot 1- Adama, Dire Dawa and Mekelle and Lot II – Hawassa and Bahir Dar.

Published on: Ethiopian Herald ( Sep 13, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Invitation for Initial Selection Works and Operation Service (Design, Build, and Operate)

  • Employer: Water Development Commission (WDC)
  • Project: Ethiopia Second Urban Water Supply and Sanitation Project (UWSSP II)
  • Contract Title: Design, Build, and Operation (DBO) of Fecal Sludge and Septage Treatment Plants (FSTPs) in Five Towns in two lots:
  • Country: Federal Democratic Republic of Ethiopia
  • CreditNo.: 60070/60080
  • ISD No: ET-MOWIE-172944-CW-RFP
  • Issued on: 15th September 2020

1. The Government of the Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Second Urban Water Supply and Sanitation Project (SUWSSP), and it intends to apply part of the proceeds toward payments under the contract for Design – Build Operate (DBO) Contract of Fecal Sludge and Septage Treatment Plants (FSTPs) in Five Towns in two lots (Lot 1- Adama, Dire Dawa and Mekelle and Lot II – Hawassa and Bahir Dar.

2. Initially selected Applicants may submit Proposals for one or both lots, as further defined in the RFP Document.

3. The Water Development Commission (WDC) intends to initially select Applicants for DBO of the FSTPs for the five towns. This component of the SUWSSP will support the development of a pollution-free environment, improves public health, and encourages reuse and resource recovery. The Request for Proposals (RFP) will be for a tender to Design, Build and Operate (DBO) of Fecal Sludge and Septage Treatment Plants in five (5) towns, packaged into two lots.

4. Key Qualification Requirements are:

Financial Situation and Performance (sufficient financial capabilities to meet the construction cash flow requirements estimated at US$ 1.5 million (the US $ One Million Five Hundred Thousand) for the lot I and US$ 1,000,000 (the US $ One Million) for lot Il for the subject contract net of the Applicants other commitments. Cumulative value required if Applicants apply for both lots.

Average annual construction turnover: Minimum average annual construction turnover of US$ 9 million (the US $ Nine million) for a lot I and US $ 6 million (the US $ Six million) for Lot ll over the last five years. Note: cumulative value required if Applicants apply for both lots.

DBO Experience: The Applicant has designed, built, and operate at least two (2) fecal sludge and septage treatment plant and/or Waste Water treatment plants of at least 300 KLD (Kilo Liters per Day or 300m3 per day) capacity in average for each lot, since January 2015, and these treatment facilities are still in operation at the time of issuance of this initial selection document. At least one of the plants shall be FSTP.

Design Experience: A minimum number of two contracts for the design of FSTP and or wastewater treatment plants and at least one of the experiences shall be with an FSTP undertaken as lead Contractor between 1st January 2015and Application submission deadline. The selected design contracts shall relate to a treatment plants that: have been satisfactorily and substantially completed, and each has a minimum value of US $ 10 million (US $ Ten Million) for lot I and US $ 7 million (the US $ Seven million) for lot II. Note: Separate contract shall be required to meet the requirement for the two lots or the value of the contracts should be the cumulative value for the two lots.

Construction Experience: A minimum number of two construction contracts for FSTP and or wastewater treatment plants and at least one of the experiences shall be with an FSTP similar to the proposed assignment that has been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or subcontractor between 1st January 2015and Application submission deadline. The value of the member’s participation in each selected construction contract shall be a minimum of US $ 10 million (US $ Ten Million) for a lot and the US $ 7

• Million (US $ Seven Million) for lot II. A separate contract shall be required to meet the requirement for the two lots or the value of the contracts should be the cumulative value for the two lots. Operation Experience: The Applicant has operated at least two (2) FSTPs and, or wastewater treatment plants and at least one of the experiences should be with a FSTP of at least 300KLD (300m 3 per day) in average capacity each, since January 2015 (last five years), and these FSTPs plants/ wastewater treatment plants are still in operation at the time of issuance of this Initial Selection Document.

4. The required key effluent quality parameters include pH, BOD 5 SS, COD, AMN Nitrate-Nitrogen and TP. The solid standards include 25% Dry solid content and stabilization of sludge. The detail performance requirements and functional guarantees are incorporated in the ISD and further elaborated in the RFP

5. The location of the project/treatment plant:

Please see the below table for the location of the towns where the project is implemented.

#Lot. No.Name of the TownThe location from Addis AbabaRemark
1Lot 1Adama75 km East of Addis Ababa 
2 Dire Dawa520 km East of Addis Ababa 
3 Mekelle770 km North of Addis Ababa 
4Lot 2Bahir Dar560 km northwest of Addis AbabaLocated adjacent to Lake Tana
5 Hawassa 275 km South of Addis Ababa Located adjacent to Lake Hawassa. 

6. It is expected that the Request for Proposals will be issued in January 2021

7. Initial Selection will be conducted through the procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers dated January 2011 and revised July 2014 (“Procurement Guidelines”), and is open to all eligible Applicants as defined in the Procurement Guidelines.

8. Interested eligible Applicants may obtain further information from the Water Development Commission (WDC) at the address below during office hours 08:30 am to 4:00 pm local time.

9. A complete set of Initial Selection documents in English language may be obtained for free, by interested Applicants on the submission of a written application to the address below or by email or in person at the address below.

10. Applications for Initial Selection should be submitted in clearly marked envelopes and delivered to the address below in the manner provided in the IS document by 2:00 pm (14:00 local time) local time on 30th October 2020.Late applications may be rejected.

Water Development Commission (WDC)

Attn: Nuredin Mohammed, Director, Engineering, Procurement and

Contract Administration

Postal Address: 13/1076

Haile Gebresilassie Avenue

Addis Ababa, Ethiopia

Tel: +251 116 63.7018

E-mail: nuredinmohammed@yahoo.com

Water Development Commission (WDC)

Construction of Finishing Work on Gofa Shop and Kotebea Club

Published on: Ethiopian Herald ( Sep 13, 2020 ) /Place of Bid Competitions:Addis Ababa-

Remaining Time for Bid Submission

INVITATION TO NATIONAL COMPETITIVE BIDDING

(NCB) FOR THE CONSTRUCTION

OF FINISHING WORKS ON GOFA SHOP AND KOT EBEA CLUB

Procurement Reference Number:

EEU/OCM&M/PCA-012/2012

NOITEMS BID SECURITY AMOUNTBID OPENING AND CLOSING DATE RESPECTIVELY
1For the construction of Finishing Work on Gofa Shop and Kotebea Club80,000.00 /EIGHTYTHOUSAND BIRR ONLY/ BID OPENING September 30, 2020 at 8:30 PM

CLOSING DATE 8:00 PM (local time) 

IFB Title: For the Construction of Finishing Work on Gofa Shop and Kotebea Club.

2. The Ethiopian Electric utility invites sealed bids from eligible Bidders those have Above GC-5 or BC-5 Above Construction Licenses valid for the current Ethiopian Fiscal Year, (EFY, 2012), Trade License valid for the current Ethiopian Fiscal Year (EFY, 2012), VAT Registration Certificate, TIN Certificate, valid Tax Clearance Certificate and with Registration in the Suppliers List of Public Procurement and Property Administration Agency (PPA), For the Construction of Finishing Work on Gofa Shop and Kotebea Club by providing all necessary Materials, Equipment and Labor which is proposed to be built in Ethiopia.

3. Bidding will be conducted in accordance with the OPEN Bid Tendering Procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia. Bidders who participate must have similar experience to the proposed Works.

4: Interested eligible bidders may obtain further information and clarification on the bid document.

EEU (Ethiopian Electric Utility) (PIYASSA) Head office

Office construction maintenance and monitoring

Project contract administration

Tel. +251 111- 70-00-39, +251 111- 26-79-45

Fax 251111-26-78-45

Website: www.eeu.gov.et

Addis Ababa- Ethiopia

5. A complete set of Bidding Documents prepared in English may be purchased by interested eligible bidders from EEU (Ethiopian Electric Utility),(PIYASSA) Head office Project contract administration office NO.2 Tel- 251 111- 70-00-39 /251 111-26-79-45 from 8:30am up to 5:00pm, from Monday to Friday upon presentation of a duly signed and sealed application letter written in English on the Bidder’s Official Letter head, and upon payment of a non-refundable fee of ETB 400.00( FOUR HUNDRED BIRR) from the first date of this announcement on the newspaper. The method of payment for purchasing, the bid document will be Cash. Hard copies of the bid documents could behand-picked in person by the bidder’s representative mentioned in the application letter upon presentation of an Identification Card. The employer assumes no liability for loss or late delivery of the purchased bid document.

6. Bid proposals comprising One Original and One Copies of the Technical (Qualification) and Financial Proposals in One envelopes as per the instruction of the bid document. It should be presented to EEU (Ethiopian Electric Utility) Head office, Project contract administration office No. 2 Tel- 251 111- 70-00-39/251 111-26-79-45 on or before September 30, 2020 at 8:30 PM (local time). Late bids shall be rejected and will be returned unopened to the Bidder.

7. All bids must be accompanied by Bid Security; as specified above in the table or in the purchased tender documents. The Bid Security shall be in the form CPO and an Unconditional Bank Guarantee.

8. Bids will be closed and opened in the presence of the Bidders or their legal representatives on September 30,2020 at 8:30 PM in the afternoon respectively at EEU (Ethiopian Electric Utility) Head office, Project contract administration office NO.2.

9. The Ethiopian Electric Utility (Employer) reserves the right to accept or reject any or all bids. Bidders are instructed to fill, sign, and wax seal all the forms of the bid document. All Bids must include value-added tax (VAT) on the summary of the bid price. Partial rebate, like fixed sum and rebate on some items, is not acceptable.

ETHIOPIAN ELECTRIC UTILITY

HEAD OFFICE PROJECT CONTRACT ADMINISTRATION

Tel- +251-111- 70-00-39, 251 – 111-26-79-45

Fax 251 -111-26-78-45

ADDIS ABABA, ETHIOPIA

Basement+G+2 ቢሮ ግንባታ የዲዛይንና የማማከር ስራ

Published on:Addis Zemen ( መስከረም 3፣ 2013 ) /Place of Bid Competitions:አማራ ብሄራዊ ክልላዊ ..

Remaining Time for Bid Submission

wpcdt-countdown id=”3010″]

የግልጽ ጨረታ ማስታወቂያ 

የጨረታ ቁጥር ግ/ጨ/ቁ/01/13 

በአማራ ብሄራዊ ክልላዊ መንግስት የላልይበላ/ከ/አስ/ርከ/ል/ቤ/ኮ/አገ/ት/ጽ/ቤት ስር የግ/ፋይ/ንብ/አስ/ቡድን በCIP በተያዘ በጀት በሮሀ ቀበሌ Basement+G+2 ቢሮ ግንባታ የዲዛይንና የማማከር ስራ ለሚሰሩ ተቋራጭ ደረጃ 6 እና በላይ እንዲሁም ለጽ/ቤታችን አገልግሎት የሚውሉ ኤሌክትሮኒክስ (ሎት)እና የጽህፈት መሳሪያ (ሎት2) ሕጋዊ ፈቃድ ካላቸው በግልጽ ጨረታ አወዳድሮ ካሸናፊው ውል በመያዝ ማሰራትና መግዛት ይፈልጋል። 

ስለሆነም፡- 

  1. ተጫራቶች በዘመኑ የታደሰ የንግድ ስራ ፈቃድ፣ የምዝገባ የምስክር ወረቀት፣ የግብር ከፋይ መለያ ቁጥር ቲን ነበር፣ የቫት የምዝገባ የምስክር ወረቀት፣ የብቃት ማረጋገጫና የ2012 ዓ.ም ግብር የከፈሉበትን የግብር ከሊራንስ ወረቀት ከገቢዎች ጽ/ቤት ማቅረብ ይኖርባቸዋል። 
  2. ተጫራቾች በጨረታው ለመሳተፍ ከላይ በተራ ቁጥር 1 የተጠቀሱትንና የሚመለከታቸውን መረጃዎች ፎቶ ኮፒ በማድረግ ከሚጫረቱባቸው ሰነዶች ጋር አያይዘው ማቅረብ የሚኖርባቸው ሲሆን የንግድ ስራ ፍቃዳቸውን ላይ በጀርባው ያለውን አብረው ኮፒ በማድረግ ማቅረብ ይጠበቅባቸዋል። 
  3. ዲዛይንና ማማከር ተጫራቶች ጨረታው በአየር ላይ ከዋለበት ከመጀመሪያው ቀን ከ3/1/2013 ጀምሮ ለ21 ተከታታይ ቀናት ክፍት ሆኖ ቆይቶ በ22ኛው ቀን ማለትም በ25/01/2013 ዓ.ም ከጠዋቱ 4፡00 ሰዓት ታሽጎ ተጫራቶች/ህጋዊ ወኪሎቻቸው በተገኙበት በላልይበላ ከተማ አስተዳደር ከ/ል/ቤ/ኮ/አገ/ት/ጽ/ቤት /የግ/ፋይ/ንብ/አስ/ ቡድን ቢሮ ቁጥር 10 4፡30 ላይ የሚከፈት ሲሆን ኤሌክትሮኒክስ እና የጽህፈት መሳሪያ ለሚጫረቱ ተጫራቾች ደግሞ ጨረታው በአየር ላይ ከዋለበት ከመጀመሪያውን ቀን በ3/1/2013 ጀምሮ ለ15 ተከታታይ ቀናት ክፍት ሆኖ ቆይቶ በ16ኛው ቀን ማለትም 18/01/13 ዓ.ም ከላይ በተገለጸው ተመሳሳይ ሰዓትና ቦታ ይከፈታል። 
  4. ለዲዛይንና ማማከር ተጫራቾች ይህ ጨረታ ከወጣበት ቀን ከ3/1/2013 ዓ ም ጀምሮ ዘወትር በስራ ሰዓት እስከ 21ኛው ቀን ከ11፡30 ሰዓት ድረስ በላልይበላ ከተማ አስተዳደር ከ/ል/ቤ/ኮ/አገ/ት/ጽ/ቤት/የግ/ፋይ/ንብ/ አስ/ቡድን ቢሮ ቁጥር 10 በመምጣት የጨረታ ሰነዱን በብር 200 /ሁለት መቶ ብር/ በመክፈል መግዛት የሚችሉ ሲሆን ኤሌክትሮኒክስ እና የጽህፈት መሳሪያ ለሚጫረቱ ተጫራቾች ደግሞ በተራ ቁጥር 4 ላይ ከተገለጸው ቀን ጀምሮ ዘወትር በስራ ሰዓት እስከ 15ኛው ቀን 11፡ 30 ሰዓት ድረስ በመምጣት የጨረታ ሰነዱን በብር 100 /አንድ መቶ/ ብር በመክፈል መግዛት ይችላሉ። 
  5. የዲዛይንና ማማከር የጨረታ ሰነዱ የገዙ ተጫራቾች የጨረታ ማስከበሪያ 5166 (አምስት ሺህ አንድ መቶ ስልሳ ስድስት) ብር በባንክ በተረጋገጠ የክፍያ ትዕዛዝ /ሲፒኦ/ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በጥሬ ገንዘብ ማስያዝ ያለባቸው ሲሆን ለኤሌክትሮኒክስ እና የጽህፈት መሳሪያ ለሚጫረቱ ተጫራቾች ደግሞ ለሎት(1) ብር 5982 (አምስት ሺህ ዘጠኝ መቶ ሰማኒያ ሁለት ) 1940 (አንድ ሽህ ዘጠኝ መቶ አርባ ብር) ማስያዝ አለባቸው። 
  6. (ዛይንና ምክር ተጫራች የእረታ ሃሳቡን 1 ወይም ወጥ በሆነ 2ቅጂዎች ማለትም ዋና እና ቅጅ በማለት ለቴክኒካልና ለፋይናንሽያል ለእያንዳንዳቸው ለየብቻ በጥንቃቱ በታሸገ ፖስታ የላሊበላ ከተማ አስተዳደር ከ አገ/ት/ጽ/ቤት የግ/ፋይ/ንብ/አስ/ቡድን የጨረታ ኮሚቴው ባዘጋጀው የጨረታ ሳጥን ውስጥ እስከ 25/1/2013 ዓ.ም 4፡00 ድረስ ማስገባት የሚኖርባቸው ሲሆን ለኤሌክትሮኒክስ እና ጽህፈት መሳሪያ  ተጫራቾች ደግሞ ዋና እና ቅጅ በማለት እስከ 18/01/ 13 ዓ.ም 4፡00 ድረስ ማስገባት ይኖርባቸዋል። 
  7. አሸናፊ ከሆኑ ተጫራች ለሚሰራው የዲዛይንና ማማከር ስራ እንዲሁም ለሚያቀርበው ዕቃ 100% የውል ማስከበሪያ በማስያዝ በፍትህ ጽ/ቤት በመቅረብ ቅድሚያ ውለታ መውሰድ አለበት። 
  8. ተጫራቾች ያሸነፉትን የዲዛይንና ማማከር ስራ እንዲሁም ለሚቀርበው ዕቃ በውሉና በስራ ዝርዝሩ እንዲሁም በስፔስፊኬሽን መሰረት በጥራት ካላስረከበ ያስያዘው የውል ማስከበሪያ ዋስትና ውርስ ይሆናል 
  9. ተጫራቶች ያሸንፉትን የኤሌክትሮኒክስ እና የጽህፈት መሳሪያ ዕቃዎች በራሳቸው በአሸናፊዎቹ ሙሉ ወጪ የላልይበላ ከተ/አስ/ር/ከ/ል/ቤ/ ኮ አገ/ት/ጽ ቤት ድረስ ማቅረብ ይጠበቅባቸዋል። 
  10. ተጫራቶች በጨረታው ላይ ማብራሪያ/ማሻሻያ/ጥያቄ ካላቸው ከጨረታው የጊዜ ገደብ ከ3 ቀን በፊት ማቅረብ የሚኖርባቸው ሲሆን ከተገለጸው ቀን በኋላ ጥያቄ ቢያቀርቡ ተቀባይነት የለውም። 
  11. የኤሌክትሮኒክስ እና የጽህፈት መሳሪያ ዕቃዎች የጨረታ ዋጋ ጸንቶ የሚቆይበት ጊዜ ጨረታው ከተከፈተበት ቀን ጀምሮ ለ40 ቀን ጸንቶ የሚቆይ ሲሆን የዲዛይንና ማማከር ስራ ደግሞ ለ60 ቀናት ጸንቶ የሚቆይ ይሆናል። 
  12. ተጫራቶች ከዚህ በፊት በጨረታ አሸናፊ ሆነው እንደውላቸው ያላጠናቀቁ ወይም ከታወቀ ተቋም ዕገዳ የተደረገባቸውን አያሳትፍም። 
  13. ማንኛውም ተጫራች የጨረታ ሰነድ ሲሞላ ስርዝ ድልዝ ማድረግና የጨረታ ሰነዱ ላይ ዋጋ ሳይሞሉ ክፍት ማድረግ ከጨረታ ውድድር ውጭ ያደርጋል። 
  14. መ/ቤቱ የተሻለ ኣማራጭ ካገኝ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው። 
  15. ተጫራቾች ስለጨረታው ዝርዝር መረጃ ከፈለጉ የግ/ፋይ/ንብ/አስ/ር ቡድን ድረስ በአካል በመገኘት ወይም 
  • በስልክ ቁጥር 03333360016/0333360728 በመደወል ማግኘት ይችላሉ። 

የላልይበላ ከተማ አስተዳደር ቤቶች 

ኮንስትራክሽን አገልግሎት ጽ/ቤት 

Construction of Somali Education TV House

Published on: Ethiopian Herald ( Sep 13, 2020 ) /Place of Bid Competitions:Somali 

Remaining Time for Bid Submission

Invitation for Local Competitive Bidders

Somali Regional Education Bureau invites interested bidders for the Procurement of under listed works.

Item NoDescription of item Bid NoBusiness CategoryBid TypeBid Bond AmountBid Opening Date
1Fafan High School (Dhagahle) 01/01/09/20GC 5 or BC 5National Competitive Bid (NCB )2%Sep 25,2020
2Construction of Somali Education TV House 01/01/09/20GC 5 or BC 5National Competitive Bid (NCB )2%Sep 25,2020
3Ayerhayl Comprehensive High School Fence Work 01/02/09/20GC 5 or BC 5National Competitive Bid (NCB )2%Sep 25,2020

The bid document shall be obtained commencing from September 10, 2020, for each item from Somali Regional Education Bureau; finance &  logistics Directorate; 2nd Floor and you can access the bid document online from https://ethiosomjobs.com against payment of a non-refundable fee of Birr 600.00 (Six Hundred only) for Construction of Somali Education TV Housework which shall be paid finance department Somali Regional State Education Bureau. The bid document shall be collected during office hours (Monday to Friday 8:00-12:00 pm and 2:00-5:15 pm) by presenting the payment advice. Presenting a copy of the renewed Trade License, Tax Clearance Certificate and VAT Registration Certificate is a must.

  • Bidders who do not have any poor performance history on previous Bureau’s Projects can participate in this Bid. (For Item 1).
  • Bidders shall be quite sure to state the direct line phone number, cell phone number, fax number, and e-mail address of their organization correctly while collecting bid documents. Failure in receipt of bid communication due to incorrectness of the above will not be the responsibility of the bureau.
  • Bid proposal shall be accompanied by the bid bond/Earnest Money Deposit in the amount of Birr as stated above in the form of an Unconditional Bank Guarantee or Cash Payment Order (C.P.O.). Bid bond/EMD in any other form is not acceptable.
  • Bids must be deposited in the tender box prepared for this purpose at Somali Regional Education Bureau, finance & logistics Directorate during office hours before 2:00 pm
  • Bid opening shall be held in the presence of bidders and/or their legal agents who wish to attend, on 2:30 p.m. at the place mentioned under no. 2 above. Failure to comply with any of the conditions from 2 – 5 above shall result in an automatic rejection. Interested eligible bidders may obtain further information from the logistics department: P. O. Box 210, Jigjiga, Ethiopia, Tel: 025 775 2069, Fax 025 775 3524, or visit: https://ethiosomjobs.com.

The Somali Region Education Bureau reserves the right to accept or  reject any or all bids

Somali Regional Education Bureau

EXPRESSIONS OF INTEREST Consultancy Service of Road Projects

Published on: Ethiopian Herald ( Sep 12, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA 

ETHIOPIAN ROADS AUTHORITY REQUEST FOR EXPRESSIONS OF INTEREST For 

The Consultancy Service of Road Projects 

(National Competitive Bidding) 

The Federal Democratic Republic of Ethiopia represented by the Ethiopian Roads Authority (ERA) has allocated funds for the under mentioned Consultancy Services for the following Road Projects: 

I.noName of the Project Construction 

Duration 

(Years) 
SurfacingLength (Km) 
1Construction Supervision of Agaro – Gera – Medabo Design and 

Build Road Project 
4.0AC100.50
2Continuation of Construction Supervision 

Mesle/Musle – Kora/Kori – Teru Road Project; 

Contract I: Km 0+000 – Km 84+200 
3.0BDST84.20
3

Continuation of Construction Supervision of Tulu Bolo – Kela Design 

and Build Road Project 
2.0AC79.90
4Continuation of Construction Supervision of Robe – 

Gasera – Ginir, Contract I: Robe – Gasera – Km 60+000 
2.0AC60.00
5Continuation of Construction Supervision of Babile -Fik, Lot I: Km 

0+000 – Km 36+000 and Lot II: Km 36+000 – Km 66+000 
1.5DBST66.00
6Continuation of Construction Supervision of Fik – Hamero – Imi, Lot 

1: Km 0+000 – Km 81+000 
1.2DBST81.00
7Continuation of Construction Supervision of Quyha – 

Maymekedane Design and Build Road Project 
1.0AC23.30

Note: The list of projects indicated above is in the order of priority to be considered by the Client during Shortlisting 

The Ethiopian Roads Authority now invites suitably qualified consulting firms to submit a sealed expression of interest letter for the above Services. 

Expressions of interest will be evaluated in accordance with the Public Procurement and Property Administration Proclamation of the Government of the Federal Democratic Republic of Ethiopia. 

Participation is open to all eligible consulting firms. 

Please note that the applicants’ capacity will be checked from the company profile already submitted by the consultant. Any applicant who did not submit their Company Profile previously is advised to do so before submitting their Expression of Interest. Therefore, applicants are only required to submit a letter expressing their interest. 

Expressions of Interest letter must be delivered to the address below on or before September 23, 2020 at 4:30 P.M. Late submissions may be rejected. 

Please also note that ERA currently is not receiving any kind of Hard Copy Documents/ Letters due to COVID 19 PANDEMIC. Hence, applicants shall send the original scanned copy of the application letters electronically through the email address: eraengproceoi@gmail.com  

✓ As the Client is to carry out the Shortlist in the Order of Priority Noted Above, Applicants are strictly advised to the following notes: 

  •  A Consultant having a higher Company Profile Ranking/Score and applying only on the project(s) given a less priority is likely to be shortlisted among those Consultants having a lower rank in their Company Profile Score;
  • A Consultant having a lower Company Profile Ranking/Score and applying only on the project(s) given a high priority may not be shortlisted;
  • The Outcome of the Shortlist, including the Number of Shortlist on the subject EOI, will be considered for Any Future Association Requests to be submitted during Tender Floating Period. Applicants wishing to participate in association shall indicate the form of association specifically as sub-consultancy or joint venture. However, the number of shortlists for a given Consultant in the Capacity of a Joint Venture or Sole Consultant will not increase regardless of submitting an EOIS in association with several Consultancy Firms.
  • Applicants wishing to participate in the association shall indicate the form of association specifically as sub-consultancy or joint venture. 
  • The performance record of firms will be assessed and considered for the shortlisting on the projects.
  • Firms required having Grade I Category Relevant Professional Practice Certificates renewed for at least 2012 EC from authorized bodies except for Construction Management Consultants which is Grade II Category Relevant Professional Practice Certificates renewed for at least 2012EC.
  • Applicants shall specifically indicate the project they are interested to participate. 

Mr. Zekarias G/Giorgis 

Engineering Procurement Directorate, Director 1st Floor, New Building, Block B P. O. Box 1770 Ras Abebe Aregay Street 

Tel.: +251 11 515 04 19 Fax: +251 11 553 0339 E-mail: eraengproceoi@gmail.com 

Addis Ababa, Ethiopia 

ETHIOPIAN ROADS AUTHORITY 

Expression of Interest for Consultancy Service for Preliminary Design…

Published on: Ethiopian Herald ( Sep 13, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Expression of Interest

ORGANIZATION- MINISTERY OF EDUCTION

NAME OF PROJECT- Government budget

Assignment Title: – Consultancy Service for Preliminary Design, Final Design Review, Construction Supervision and Contract Administration of Center for Education Information Communication Technology – Building Facilities

Reference No: – MOE/CICT/01/29/2013

A. Background of the Assignment

Overview of CEICT

Center for Educational ICT (CEICT), which is the organization within the Ministry of Educational currently with the national mandate to not only expand and integrate ICT in General Education, but also conduct research and development work to be able to use new and latest technology for General Education. Presently, CEICT is under the State Minister of General Education, CEICT started as independent institution in the early 1960’s as broadcasting agency focused on producing and broadcasting educational radio and television programs.

Today, CEICT has initiatives that are still centered on using radio and television technologies for delivering educational content to primary and secondary schools although there is a recognition and effort to utilize new and latest ICT tools.

CEICT’s main activities today include the production of curriculum based educational materials for Educational Satellite Television Program and also the Interactive Radio Program (IRT) programs for primary schools.

Bellows are some of the major services and activities carried out by CEICT

A. Educational Satellite Television Programs

CEICT’s flagship program is the Satellite Television Educational Program that is launched as part of the national School Net Initiative in 2004. Today, CEICT broadcasts 1981 television

programs for selected topic areas of 10 subjects for grades 9-12. This program is integrated to the daily school schedule.

Educational Radio Program (Primary Schools)

CEICT also develops an English subject Interactive Radio Program (IRI) for primary schools (grades 1-8). While the English language program is developed centrally at CEICT, the responsibility of broadcasting and developing programs for other subject areas is assumed by the Regional Educational Bureaus. Currently there are 13 radio stations and digital recording studios in almost all the regions for developing and broadcasting educational radio programs.

Therefore, each region has the facility to produce radio educational radio programs for almost any subject area.

For both the television and radio program initiative, each regional educational bureau is responsible for ensuring proper implementation and utilization while CEICT provides technical training, support and conducts ongoing monitoring and evaluation.

B. Digitization of educational contents

CEICT started a project to digitize all of the television programs as part of a larger initiative to make the programs available to teachers and students on demand instead of only broadcasting it through the television. As part of the program. The idea is the local server will  be connected to a central server located at CEICT facility to download the latest digitalized programs locally so it can be accessed by students and teachers in the computer lab.

At present more than 1000 secondary schools are connected to the internet and each other using the existing Ethio-Telecom terrestrial network of ADSL and having for both data and internet . The connectivity will be expanded to the other schools within the coming years. We have already School Net, so that we will have a dedicated network for the schools. There is also connectivity between the schools and the central data center found at the center. Considering these resources, the Ministry of Education would like to renovate the existing  buildings at center by considering all the aforementioned services to delivering a better and modern way to the customers.

B. Scope of the Consultancy Services Required (After Tender Award)

The Scope of consultancy service required includes the following:

1.prelimnary Design Proposal

Required Disciplines

  • 1.1. Site Civil and Landscaping,
  • 1.2. Architectural,
  • 1.3. Structural,
  • 1.4. Plumbing & Fire,
  • 1.5. Electrical & IT,
  • 1.6. BMS and
  • 1.7. HVAC

* Reuired Deliverables

  1. Drawings
  2. Design Report (All Disciplines Report + Geotechnical Investigation Report)
  3. Bill of Quantity
  4. Book of Standards
  5. Technical Specification
  6. Employer’s Requirements
  7.  Design-Build Tender Document

2. Tender Document Preparation and Process Facilitation

  • The consultant is required to submit all required tender documents within the specified timeline for the tender floating.
  • The consultant is also required to facilitate bid processing and documentation of all procedures all as per the Federal Government Procurement Directive,
  • The consultant is also required to produce and submit the draft contract agreement between the employer and the winning D-B Contractor to be submitted both in hard copy and soft copy.

3. Final Design Review

Conduct a series of Final Design Review on the submittals of the D-B Contractor, and report review findings on each series of revisions.

The consultant is required to endorse the final set of drawings for construction work execution.

4. Construction Supervision and Contract Administration

  •  The consultant is required to disburse the responsibility of the Engineer under FIDIC Plant Design-Build Contract 1″ Edition, 1999.
  • The consultant is also required to deploy all the required professional on site to supervise and report progress on a monthly basis. Reporting requirements shall be set out by the employer.

Author control supervisors report shall be submitted as an independent annex

N.B- Bidders Shall Take Detail Schedule of Accommodation and Technical Qualification Criteria Document from Procurement Service and Administration Directorate, old building, 2nd floor, during office hours 8.30 up to 12.30 and AM and from 1.30-5.00 PM.

The Ministry of Education now invites eligible CEA – Category – 1 Consultancy firm to submit their EXPRESSION OF INTERSEST to provide the Services. Interested Consultancy firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the objective stated.

Further information can be obtained at the address below during office hours 8:30 up to 12:30 and AM and from 1:30-5:00 PM.

The deadline for the receipt of Expressions of interest is September29/2020, 10:00AM.

Expressions of interest is must be delivered to the address below.

Ministry of Education

Attention; Wro Shewalem Mare Seid

Procurement Service and Administration Directorate Director

Room No. 107 Old Building

P.O.Box: 1367

Tel: +251-11-8-72-28-96

Fax: +251-11-1570686

E-mail: tad.tesfa@gmail.com   

Addis Ababa, Ethiopia

የሞተር ግሬደር ኪራይ ጨረታ

Published on: Addis Zemen ( መስከረም 3፣ 2013 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

የሞተር ግሬደር ኪራይ ጨረታ

ኮርፖሬሽናችን ከስኳር ኮርፖሬሽን ጋር ለሚያከናውነው የመሬት ምንጣሮ ድልዳሎ (Precise Land leveling) ሥራ አገልግሎት የሚውል 160 እና ከዚያ በላይ የፈረስ ጉልበት ያላቸውን ግሬደሮች በዘርፉ አግባብነት ያለውና በ2011 ዓመት የታደሰ የንግድ ፈቃድ ያላቸውን በጨረታ ለመሳተፍ የሚያስችል የፈቃድ ማስረጃ ማቅረብ ከሚችሉ እና የቫት ተመዝጋቢ የሆኑ አቅራቢዎችን በግልጽ ጨረታ አወዳድሮ ለመከራየት ይፈልጋል።

በዚሁ መሰረት በጨረታው ለመሳተፍ ፈቃደኛ የሆኑ ተጫራቾች :

  1. ይህ ማስታወቂያ በአዲስ ዘመን ጋዜጣ ላይ ለመጀመሪያ ጊዜ ከወጣበት ቀን ጀምሮ ባሉት 15 ተከታታይ ቀናት ውስጥ የማይመለስ ብር 100 (አንድ መቶ ብርበመክፈል የተዘጋጀውን የጨረታ ሰነድ ከኮርፖሬሽኑ የግብርና ሜካናይዜሽንና ኢንጅነሪንግ ዘርፍ ገንዘብ ያዥ ቢሮ በመምጣት መግዛት ይችላል ::
  2. ጨረታው ይህ ማስታወቂያ ለመጀመሪያ ጊዜ በአዲስ ዘመን ከወጣበት ቀን ጀምሮ በሚኖረው 15ተኛ ቀን ላይ ከቀኑ 745 ሰዓት ላይ ተዘግቶ በዕለቱ 800 ሰዓት ላይ የሚከፈት ይሆናል።
  3. ተጫራቾች በጨረታ ሰነዱ ላይ በሚኖረው የዋጋ ማቅረቢያ ቅጽ መሰረት የሚያቀርቧቸውን የመሳሪያ ዓይነቶች ዝርዝር በሠዓት የኪራይ ተመን ዋጋ በመሙላት እንዲሁም አግባብነት ያላቸውን ማስረጃዎችና ሰነዶችን ኮፒ በአንድ ላይ በማያያዝዝና በሰም በታሸገ ፖስታ ውስጥ በማሸግ ለዚሁ ተግባር በተዘጋጀው የጨረታ ሳጥን ውስጥ ማስገባት ይኖርባቸዋል ።
  4.  ጨረታው በተራ 2 ላይ በተቀመጠው ዕለት ከቀኑ 8፡00 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በግብርና ሜካናይዜሽንና ኢንጂነሪንግ ዘርፍ ቢሮ በግልፅ የሚከፈት ሲሆን ዕለቱ የሥራ ቀን ካልሆነ የመከፈቻ ስነ ስርዓቱ በሚቀጥለው የስራ ቀን የሚከናወን ይሆናል።
  5. ማንኛውም ተጫራች የሚያቀርበው የጨረታ ሰነድ ጋር የሚያቀርበውን የጠቅላላ ዋጋውን 2% የጨረታ ማስከበሪያ በባንክ በተረጋገጠ ሲፒኦ (CPO ማስያዝ ይኖርበታል .
  6.  ኮርፖሬሽኑ የተሻለ አማራጭ ካገኘ ጨረታውን በሙሉ ሆነ በከፊል የመሰረዝ መብቱ የተጠበቀ ነው።
  7.  ለተጨማሪ መረጃ በስልክ ቀጥር 011 442 23 60 ወይም 011 442 54 83 ደውለው መጠየቅ ይችላሉ.

የኢትዮጵያ የግብርና ስራዎች ኮርፖሬሽን የግብርና ሜካናይዜሽንና

ኢንጂነሪንግ ዘርፍ ከኢኳቶሪያል ቢዝነስ ግሩፕ በስተጀርባ

በኢትየጵያ ግብርና ሥራዎች ኮርፖሬሽን

የግብርና ሜካናይዜሽንና ኢንጂነሪንግ ዘርፍ

You cannot copy content of this page