The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

የአልሙኒየም ፓርቲሽን ስራ

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

Remaining Time for Bid Submission

የአልሙኒየም ፓርቲሽን ስራ

ግዥ በግልፅ ጨረታ ማስታወቂያ

የጨረታ ሠነድ ቁጥር፡- አዲቁሥድ – 06/2013

አማራ የዲዛይንና ቁጥጥር ሥራዎች ድርጅት የአንድ የስራ ክፍል የቢሮ ውስጥ ለውስጥ ክፍሎችን በአልሙኒየም የፓርቲሽን ስራ በግልፅ ጨረታ በማወዳደር ማስራት ይፈልጋል::

ስለሆነም በጨረታው ለመሳተፍ የሚፈልጉ ማንኛውም ህጋዊ ተጫራቾች የሚከተሉትን መስፈርት አሟልቶ በጨረታው መወዳደር ይችላል፡፡

  1.  በዘርፉ የታደሰ ህጋዊ የንግድ ሥራ ፈቃድ ያላቸውና ማቅረብ የሚችሉ፣
  2.  የግብር ከፋይ መለያ ቁጥር ምዝገባ ማቅረብ የሚችሉ፣
  3. የግዥው መጠን የተጨማሪ እሴት ታክስ ከፋይ ተመዝጋቢ የሚጠይቅ ከሆነ ተመዝጋቢ ስለመሆናቸው የምዝገባ የምስክር ወረቀት ማስረጃ ማቅረብ የሚችሉ፣
  4. ተጫራቾች የጨረታውን ዝርዝር መግለጫ የያዘ ሰነድ የማይመለስ ብር 50.00 (ሃምሳበመክፈል ዘወትር በሥራ ሰዓት ባህርዳር ዋናው መ/ቤት ቢሮ ቁጥር 025 በመቅረብ ይህ የግልጽ ጨረታ ማስታወቂያ ከወጣበት ዕለት ጀምሮ እስከ መስከረም 19/2013 ዓ.ም ድረስ መግዛት ይችላሉ::
  5. ጨረታው መስከረም 19/2013 .800 ሰዓት ተዘግቶ በዚሁ ዕለት 8:30 ሰዓት ለመገኘት የቻሉ ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው ባሉበት ይከፈታል፡፡
  6. ተጫራቾች የጨረታ መወዳደሪያ ሰነዳቸውን፣ የጨረታ ማስከበሪያ የጠቅላላ ዋጋውን 2% በጥሬ ገንዘብ፣በሲ.ፒኦ ወይም እንደተጠየቀ ወዲያውኑ በሚከፈል የባንክ ጋራንቲ እና ህጋዊ ማስረጃዎችን በፖስታ አሽገው እስከ ጨረታ መዝጊያው ቀንና ሰዓት ድረስ ቢሮ ቁጥር 023 ማቅረብ ወይም ለዚሁ ጉዳይ በተዘጋጀው የጨረታ ሳጥን ማስገባት ይችላሉ::
  7. ድርጅቱ የተሻለ መንገድ ካገኘ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው::

ለበለጠ መረጃ፡- በስልክ ቁጥር 058-218- 02- 73 በመደወል ወይም በፋክስ ቁጥር 058-218-05-50 ወይም 058-218-05-60 በመላክ መጠየቅ ይቻላል ::

አማራ የዲዛይንና ቁጥጥር ሥራዎች ድርጅት፣

ባህርዳር-ኢትዮጵያ

Textile Institute Site Work at Bahir Dar

Published on:Ethiopian Herald ( Sep 12, 2020 ) /Place of Bid Competitions:BAHIR DAR UNIVERSITY

Remaining Time for Bid Submission

Invitation to Bid

National Competitive Bid (Open Bid)

To: ALL CONTRACTORS OF CATEGORY CLASS GC1/BC1 WITH VALID LICENSE FOR THE CURRENT YEAR

  1. Bahir Dar University has funds within the Employer’s budget to be used for the procurement of Textile Institute Site Work at Bahir Dar.
  2. The Bahir Dar University invites sealed bids from eligible bidders of grade GC1 orBC1 and above.
  3. Bidding will be conducted in accordance with the open national tendering procedures contained in the public procurement proclamation of the Federal Government of Ethiopia and is open to all eligible bidders.
  4. Interested eligible bidders may obtain further information from Bahir Dar University Procurement Directorate and inspect the bidding documents at the address given below at 7(a) from 9:00 a.m. to 5:00 p.m.
  5. A complete set of Bidding Documents may be purchased for 32 (Thirty-Two) calendar days Starting from the date of Notice Published at Herald News Paper by interested eligible bidders on the submission of a WRITTEN APPLICATION, VAT REGISTRATION CERTIFICATE, MINISTRY OF CONSTRU CTIONREG ISTRATION CERTIFICATE, TRADE LICENSE & BID PARTICIPATION SUPPORTING LETTER at the address below at 7(b). And upon payment of a non-refundable fee of birr 5000.00
  6. Bids must be delivered to the address below 7(c) on or before 10:00 AM. The bids must be accompanied by an unconditional bank bid security of Birr 1,500,000.00 (One Million Five Hundred Thousand) payable on first demand address to the employer and separately sealed within the technical document. Bids will be opened in the presence of the bidders/representatives who choose to attend at the idress below at 7(d)

7. a) Documents can be inspected at: Bahir Dar University Procurement Directorate atWisdom Tower 2nd Floor Office N°209 (Telephone 0583206015/0583202052).

b) Documents can be purchased at construction: Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No 209 (Telephone 0583206015/0583202052).

c) Bids must be delivered to Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No.209

d) Address of Bid opening is at Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Tender Hall, at Thirty-First (31st) day from the first date of this announcement on Herald News Paper at 10:00 AM (4:00 Local Time)

e) The bidder shall seal the original, Bid security and all copies of the bid in five inner Envelops i.e. (Technical proposal, Financial offer and Bid security) and one outer  Envelope, duly marking the inner envelopes as “ORIGINAL “and COPIES” both for the “The Technical proposal” and “Financial offer”. Copy of documents should be photo copy of the original bid document, Signed & sealed Standard Bidding Document (SBD) must be returned with Technical proposal. Failure to do so will result automatic rejection from the tender.

f) The employer has the right to reject any or all bids.

g) Partial rebate, like fixed sum and rebate on some items is not acceptable.

BAHIR DAR UNIVERSITY

Ward & Toilet Renovation; Gazebo, Walk Way Cover& Pedestrian Walk Way Construction

Published on:Addis Zemen ( Sep 12, 2020 ) /Place of Bid Competitions:Gefersa Mental Health 

Remaining Time for Bid Submission

Invitation for Bids (NCB) 

  • Procurement of Construction of Gefersa mental health rehabilitation center 
  • IFB Number: NCB / 002 / 2020 /Invitation for Bids (IFB) 
  • Procurement for Ward & Toilet Renovation; Gazebo, Walk Way Cover& Pedestrian Walk Way Construction Worku Gefersa mental health rehabilitation center invites sealed bids towards the cost for the renovation of Ward&Toilet, Gazebo, Walk Way Cover&Pedestrian Walk Way Construction Work at Gefersa located at Gefersa mental health rehabilitation center 
  • Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the Government Procurement Guideline. Interested Bidders should fulfill the following requirements: 
  • This invitation is for all National Contractors having GC/BC-6 and above. 
  • Trade License on construction service License valid for the year -2012 E.C 
  • Ministry of Finance and Economic Development’s registration certificate for the year – 2012 E.C 
  • VAT registration certificate. 
  • Clearance from Inland Revenue Administration. 
  • Required Service: Ward & Toilet Renovation, Gazebo, Walk Way Cover& Pedestrian Walk Way Construction Work. 
  • Interested eligible bidders may obtain further information from Gefersa mental health rehabilitation center, +251 -112843206from 8:30 AM – 12:30 AM and 1:30 PM -5:30PM from Monday to Friday 
  • A complete set of Bidding Documents in the English language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee of Ethiopian Birr 300.00 (Three hundred Birr). 
  • Bids must be delivered to the address below on or before 2:00 P.M on 21st calendar days beginning from the first date of advertisement on newspaper. Electronic bidding will not be permitted. Late bids will be rejected. All bids must be accompanied by a Bid Security of 50,000.00 birr and must be in the form of CPO or Bank Guarantee from any Bank of Ethiopia. 
  • Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the Finance and procurement Directorate at 2:30 P.M on the closing date. 
  • The Purchaser reserves the right to reject the bid fully or partially 

Gefersa Mental Health 

Rehabilitation Center 

Civil Works Construction, Supply & Installation…

Published on:Ethiopian Herald ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

 REQUEST FOR BIDS (RFB)

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 of Gata Town Water Supply Project.
  • Contract Reference No.: ET-OROMIA WERDB-167924-CW-RFB
  1. 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 Gata Town (West Arsi Zone) Water Supply Project in Oromia National Regional State.
  2. The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for the execution of the works described below.
  3. 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.
  4.  Interested eligible bidders may obtain further information from Oromia Water, Mineral & Energy Bureau, One WaSH National Program Implementation Unit and inspect the bidding documents during office hours 8:30 A.M. to 5:30 P.M. at the address given below.
  5. A complete set of bidding documents in English may be 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 its equivalent in easily convertible currency. The method of payment will be in Cash.
  6. Bids must be delivered to the address below on or before October 16 /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 16 /2020. The Bureau reserves the right to accept or reject all or parts of the bid.
  7. Bid must be accompanied by a Bid Security of 185,000.00 (One Hundred eighty five Thousand) in Ethiopian Birr or its equivalent in a freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
  8. An average annual turnover of ETB 28,000,000.00 calculated as total certified payments received for contracts in progress and/or completed within last five years and a specific experience of at least one similar contract in the last five years with ETB value 17,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
  9. 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 Amina Building 2nd Floor Room No. 208.

P.O. Box: 8630

Tel. 011 557 1306/1274/78/

Fax: 011 557 1298/99

Civil Works Construction, Supply & Installation of …

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

Remaining Time for Bid Submission

REQUEST FOR BIDS (IFB) 

  • 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 of Haro Wachu Town Water Supply Project. Contract Reference No.: ET-OROMIA WERDB-167929-CW-RFB 
  1.  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 Haro Wachu Town (Guji Zone) Water Supply Project in Oromia National Regional State. 
  2. The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for the execution of the works described below. 
  3. 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. 
  4. 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 8:30 A.M. to 5:30 P.M. at the address given below.
  5. . A complete set of bidding documents in English may be 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.
  6. Bids must be delivered to the address below on or before October 19/2020. 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 19/2020. The Bureau reserves the right to accept or reject all or parts of the bid. 
  7. Bid must be accompanied by a Bid Security of 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. 
  8. An average annual turnover of ETB 83,000,000.00 calculated as total certified payments received for contracts in progress and/or completed within last five years and a specific experience of at least one similar contract in the last five years with ETB value 51,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
  9. 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 Amina Building 2nd Floor Room No. 208. P.O.Box: 8630 

Tel. 011 557 1306/1274/78/ 

Fax: 011-557-1298/99 

Civil Work, Supply & Installation of Pipes & Fittings & Supply & Installation…

Published on: Ethiopian Herald ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

 REQUEST FOR BIDS (IFB)

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 of Tore Town Water Supply Project.
  • Contract Reference No.: ET-OROMIA WERDB-167949-CW-RFB
  1. 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 Tore Town (West Guji Zone) Water Supply Project in Oromia National Regional State.
  2. The Oromia National Regional Government Water and Energy Resource Development Bureau now invite sealed bid from eligible Bidders for execution of the works described below.
  3. 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.
  4. 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.
  5.  A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable 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.
  6. Bids must be delivered to the address below on or before October 15 /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 15 /2020. The Bureau reserves the right to accept or reject all or parts of the bid.
  7. Bid must be accompanied by a Bid Security of 170,000.00 (One Hundred seventy Thousand) in  Ethiopian Birr or its equivalent in a freely convertible currency in the name of Oromia Water & Energy Resource Development Bureau.
  8. An average annual turnover of ETB 26,000,000.00 calculated as total certified payments received for contracts in progress and/or completed within last five years and a specific experience of at least one similar contract in the last five years with ETB value 16,000,000.00 are among the required must meet qualifications criteria to be responsive for the bid.
  9. 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 Amina Building 2nd Floor Room No. 208.

P.O. Box: 8630 Tel. 011 557 1306/1274/78/

Fax: 011 557 1298 / 99

FBE Class Room Construction at Bahir Dar.

Published on:Ethiopian Herald ( Sep 11, 2020 ) /Place of Bid Competitions:Bahir Dar University

Remaining Time for Bid Submission

INViTATION TO BID

National Competitive Bid (Open Bid) 

  • To: ALL CONTRACTORS OF CATEGORY CLASS GCI/ 
  • BCI WITH VALID LICENSE FOR THE CURRENT YEAR. 
  1. Bahir Dar University has funds within the Employer’s budget to be used for the procurement of FBE Class Room Works at Bahir Dar. 
  2. The Bahir Dar University invites sealed bids from eligible bidders of grade GCI or BC1 and above. 
  3. Bidding will be conducted in accordance with the open national tendering procedures contained in the public procurement proclamation of the Federal Government of Ethiopia and is open to all eligible bidders. 
  4. Interested eligible bidders may obtain further information from Bahir Dar University Procurement Directorate and inspect the bidding documents at the address given below at 7(a) from 9:00 a.m. to 5:00 p.m. 
  5. A complete set of Bidding Documents may be purchased for 31 (Thirty-One) calendar days Starting from the date of Notice Published at Herald Newspaper by interested eligible bidders on the submission of a WRITTEN APPLICATION, VAT REGISTRATION CERTIFICATES MINISTRY OF CONSTRUCTION REGISTRATION CERTIFICATE, TRADE LICENSE & BID PARTICIPATION SUPPORTING LETTER at the address below at 7(b). And upon payment of a non-refundable fee of birr 5000.00 
  6. Bids must be delivered to the address below 7(c) on or before 10:00 AM. The bids must be accompanied by an unconditional bank bid security of Birr 1,000,000.00 (One Million) payable on the first demand address to the employer and separately sealed within the technical document. Bids will be opened in the presence of the bidders/representatives who choose to attend at the address below at 7(d) 
  7. a) Documents can be inspected at: Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No 209 (Telephone 0583206015/0583202052).
  •  b) Documents can be purchased at construction: Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No 209 (Telephone 0583206015/0583202052). 
  • C Bids must be delivered to; Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No 209. 
  • d) Address of Bid opening Bahir Dar University Procurement Directorate at Wisdom Tower 2nd Floor Office No 209, Tender Hall, at Thirty-First (31″) day from the first date of this announcement on Herald News Paper at 10:00 AM (4:00 Local Time
  • e) The bidder shall seal the original, Bid security). And all copies of the bid in five inner Envelops i.e. (Technical proposal, Financial offer, and Bid security) and one outer Envelope, duly marking the inner envelopes as “ORIGINAL “and”COPIES” both for the The Technical proposal” and – Financial offer”. Copy of documents should be photocopy of the original bid document, Signed & sealed Standard Bidding Document (SBD) must be returned with a Technical proposal. Failure to do so will result in automatic rejection from the tender. 
  • f) The employer has the right to reject any or all bids. 
  • g) Partial rebate, like fixed sum and ate on some items is not acceptable. 

Bahir Dar University

Renovation work of Fence, Guard House and Parking work at BOLE

Published on: Addis Zemen ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

rocurement Reference No: -JCC/NCB/RE/06/13/20 

Procurement of Renovation work of Fence, Guard House and Parking work at BOLE 

SUB CITY, WOREDA-02, YOUTH CENTER LOT-2 

  1.  Job Creation Commission has plan to procure Works described below at 
  2. Job Creation Commission now invites sealed bids from eligible and qualified bidders who have Grade 8 General Contractors and bidders who have Grade 8 and Above General Contractors and Building Contractor for Works of Renovation work of Fence, Guard House, Parking and Finishing work at BOLE – SUB CITY, WOREDA – 02, YOUTH CENTER. 
  3. Bidding will be conducted through National Limited Bidding (NLB) procedures Contained in the public Procurement proclamation of the Federal government of Ethiopia which is limited to eligible and qualified bidders. 
  4. Invited eligible bidders may obtain further information and collect the Bidding Documents at the address given below at 8 (a) from 8:00 AM to 9:30 PM 
  5. Eligible documents are:-Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN) 
  6. Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors. 
  7. A complete set of the bidding document in English language may have given to your company for free.
  8. . Bidding documents must be delivered to the address below at 9 (c) on or before September 29, 2020 at 4:00 AM Job Creation Commission. Late bids shall be rejected.  Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 9 (d) on September 29, 2020 at 4:30 AM A) Documents shall be collected at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor, B) Documents shall be issued at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. C) Bid documents shall be delivered to: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. D) Bid documents shall be opened at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 9. All Bids must be accompanied by Bid Security of ETB 75,000.00 (Seventy-Five Thousand) in the form of CPO or unconditional bank guarantee. 
  9. . Job Creation Commission reserves the right to reject any bid and to annual the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. Authorized Contact Person: Ato Alexander Endale Director of Procurement, Finance, Property and General Service Directorate. Public Body: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 

Telephone Number :011 66 71 792/09 11 41 23 52 /09 09 56 28 15 

Job Creation Commission Ethiopia 

Renovation work of Bole sub city woreda 02 Youth center building

Published on: Addis Zemen ( Sep 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Procurement Reference No: – JCC/NCB/RE/05/13/20 

Procurement of Renovation work of Bole sub city woreda 02 Youth center building – Lot 1 

  1.  Job Creation Commission has plan to procure Works described below at
  2. Job Creation Commission now invites sealed bids from eligible and qualified bidders who have Grade 8 General Contractors and bidders who have Grade 8 and Above General Contractors and Building Contractor for Works of Bole sub city woreda 02 Youth center building – Lot 1. 
  3. Bidding will be conducted through National Limited Bidding (NCB) procedures Contained in the public Procurement proclamation of the Federal government of Ethiopia which is limited to eligible and qualified bidders. 
  4. Invited eligible bidders may obtain further information and collect the Bidding Documents at the address given below at 8 (a) from 8:00 AM to 3:00 PM 
  5. Eligible documents are: -Renewed trade license for the current year, Tax clearance and VAT registration certificate from MOFED, Tax Payer Identification Certificate (TIN) 
  6. Qualification requirements include Specific Experience, Audited financial Statement, Average Annual Turnover, Credit Facilities and History of non-performing Contracts of the Contractors. 
  7. A complete set of the bidding document in English language may have given to your company for free. 
  8. Bidding documents must be delivered to the address below at 9 (c) on or before September 30, 2020 at 4:00 AM Job Creation Commission. Late bids shall be rejected.
  9. Bids shall be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 9 (d) on September 30, 2020 at 4:30 AM A) Documents shall be collected at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. B) Documents shall be issued at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. C) Bid documents shall be delivered to: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. D) Bid documents shall be opened at: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. 9. All Bids must be accompanied by Bid Security of ETB 100,000.00 (One Hundred Thousand) in the form of CPO or unconditional bank guarantee. 
  10.  Job Creation Commission reserves the right to reject any bid and to annual the bidding process and reject all bids at any time prior to contract, without thereby incurring any liability to Bidders. 

Authorized Contact Person: Ato Alexander Endale Director of Procurement, Finance, Property and General Service Directorate. 

Public Body: Job Creation Commission, Procurement, Finance, Property and General Service Directorate Office Ground floor. Telephone Number: 011 66 71 792/09 11 41 23 52 /09 09 56 28 15 

Job Creation Commission Ethiopia 

Agalo choche Small Scale Irrigation Project

Published on: Ethiopian Herald ( Sep 11, 2020 ) /Place of Bid Competitions:Benishangul

Remaining Time for Bid Submission

Invitation for Bids (IFB)

National Competitive Bid(NCB)

Name of Country: Federal Democratic Republic of Ethiopia

Name of Region: Benishangul Gumuz Regional State

Name of Project: Agalo choche Small Scale Irrigation Project located in Kemash Zone, Agalo meti woreda, Burka Choche kebele

IFB Title: Procurement for Small Scale Irrigation Construction Projects.

IF Number: ………..

1. The Benishangul Gumuz Regional State Agriculture and Natural Resource Bureau has received fund from Ministry of Agriculture for construction of Agalo choche Small Scale Irrigation Project.

2. Bidding will be conducted through the national competitive bidding (NCB) procedures as specified in the world Banks Procurement Guideline: procurement under IBRD Loans and IDA credits (current edition), and is open to all eligible bidders as defined in the guideline.

3. Interested eligible bidders may obtain further information from The Benishangul Gumuz Regional State Agriculture and Natural Resource Bureau Coordination Unit and inspect the Bidding Documents at the address given below from 8:30 AM to 5:30 PM of official working days.

4. The bid is open to all eligible bidders fulfilling the following requirements:

  • 4.1The bidder must possess a construction license of WWGC/WWC – 4(iv) and above for that has been renewed for the budget year 2013 E.C
  • 4.2. Trade license and suppliers list must possess WWGC OR WWC
  • 4.3. A Certificates of Registration at the Ministry of Water Irrigation and Energy /Ministry of Construction and Urban Development as well as Regional line Bureaus for the year 2013 E.C.
  • 4.4. Copies of TAX clearance registration for VAT and TIN must be presented for the procurement of the Bid documents

5. A complete set of Bidding Documents in English will be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a nonrefundable fee of ETB 200.00 (Two Hundred birr only)

6. The amount of the bid security shall be ETB 200,000.00 (Two Hundred Thousand birr only) in the form of Unconditional Bank guaranty or CPO

7. One original and two copies of Technical and Financial Bids sealed separately and enclosed in one mother envelop in accordance with the requirements presented in the instructions to the Bidders should be submitted to the address below, on 30 calendar days from the date of the request is published on Ethiopian herald News Paper before 2:00 P.M. the Bid will be opened in the afternoon at 2:30PM (8:30 Local time) in the presence of Bidders or representatives who choose to attend at The Benishangul Gumuz Regional State Agriculture and Natural Resource Bureau on 30th consecutive days. If the 30th is not working day, the next working day shall be the bid opening day. Late submission of the bid shall be rejected.

8. The bids shall be valid for 45 days after bid opening

9. Completion time for the projects construction is eleven (11) months.

10. The Bureau reserves the right to accept or reject all or parts of the bid.

11. The address referred to above is:

Tel: +251-0577750890/2144,+251-913256787

Fax: +251-0572754099

Assosa, Ethiopia

The Benishangul Gumuz Regional State

Agriculture and Natural Resource Bureau

Construction of Communal and Public Toilets

Published on: Ethiopian Herald ( Sep 11, 2020 ) /Place of Bid Competitions:Gambella

Remaining Time for Bid Submission

Invitation for Bids 

  • Procurement of Works 
  • COUNTRY: Federal Democratic Republic of Ethiopia 
  • NAME OF PROJECT: Second Urban Water Supply and Sanitation Project (UWSSPII) 
  • Project ID: IDA Credit No 6007-ET/6008-ET 
  • Contract Title: Procurement of Construction of Communal and Public Toilets 
  • Reference No.: GAM-2012/2/4 

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 (UWSSPII), and intends to apply part of the proceeds toward payments under the contract sanitation facilities. 

The Gambella Town Water Utility Agency now invites sealed bids from eligible bidders for the construction of the following public and communal toilets: 

S/No. Identification 

Number of the 

NCB 
Description ofWork  Quantity Place of Work 
01

GAM-2012/2/4 
Public Toilet 5

Gambella 

Regional State 

Gambella 

town, 766 km 

to the West 

from Addis 

Ababa 
02Communal 

Toilet 
5

Bidding will be conducted through the National Competitive Bidding procedures as specified in the procedure of Government of Ethiopia, Federal Government Procurement and Property Administration Proclamation No. 649/2009, and the Federal Government Public Procurement Directive issued by the Ministry of Finance and Economic Development, June 2010. 

Interested eligible bidders may obtain further information from Gambella Water and Sewerage Utility Agency, Or Maru Ahmed, e-mail -ahmedmaru7@gmail.com and inspect the bidding documents during office hours 3:00 AM to 5:00 PMi.e. 0900 to 1700 hours at the address given below. 

A complete set of bidding documents in English may be 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 ETB 500.00 (Five hundred Ethiopian Birr) or its equivalent in freely convertible currency. The method of payment will be in cash. 

Bids must be delivered to the address below on or before October 12, 2020, at 10:00 A.M. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on October 12, 2020, at 10:30 A.M. 

All bids must be accompanied by a Bid Security of ETB 600,000.00 ETB (Six Hundred Thousand Birt) or an equivalent amount in the form of Bank Guarantee/ CPO/ in freely convertible currency in the name of Gambella town water and Sewerage Utility Agency, The address (es) referred to above is (are): 

Gambella Water Supply and Sewerage Utility Agency 

Attn: Maru Ahmed 

Street; Near to the Stadium 

Gambella, Ethiopia 

Tel: +251-475510088 or +251-918372986. 

E-mail: ahmedmaru7@gmail.com 

የተለያዩ ግንባታዎች ግንባታ ሥራ

Published on: Addis Zemen ( ጳጉሜ 5፣ 2012 ) /Place of Bid Competitions:አዲስ አበባ 

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ 

የየካ ክ/ከተማ ኮንስትራከሽን ጽ/ቤት በተለያዩ ተቋማት ለሚያሰራቸው የተለያዩ ግንባታዎች ግንባታ ሥራ ለማሰራት በየዘርፉ የተሰማራችሁ የኮንስትራክሽን ድርጅቶችን አወዳድሮ ለማሰራት ይፈልጋል፡፡ 

ሎትየሥራ ዝርዝርደረጃ
ሎት 1ወረዳ 13 መሪ ህዳሴ አፀደ ሕፃናት ጂ+0 እና ጂ+1 ግንባታ4 እና ከዚያ በላይ
ሎት2ወረዳ 14 ኣባዶ ኮንዶሚኒየም አፀደ ሕፃናት ጂ+0 እና ጂ+ ግንባታ4 እና ከዚያ በላይ
ሎት3ወረዳ 06 ሚስፎርድ ጂ+4 ግንባታ4 እና ከዚያ በላይ
ሎት4ወረዳ 09 አጥር የጥበቃ ቤት እና የመማሪያ ክፍሎች ግንባታ5 እና ከዚያ በላይ
ሎት5ወረዳ 13 ስፖርት ሜዳ ግንባታ5 እና ከዚያ በላይ
ሎት6ወረዳ 14 ስፖርት ሜዳ ግንባታ5 እና ከዚያ በላይ
ሎት7ወረዳ 06 ጤና ጣቢያ እድሳት እና ጂ+0 ፋርማሲ ግንባታ5 እና ከዚያ በላይ
ሎት8ወረዳ 09 ጂ+1 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት9ወረዳ 12ጂ+1 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት10ወረዳ 09 ጂ+3 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት11ወረዳ 10 ጤና ጣቢያ እድሳት6 እና ከዚያ በላይ
ሎት12ወረዳ 1 3በ1ስፖርት ሜዳ ግንባታ6 እና ከዚያ በላይ
ሎት13ወረዳ 13 ጣፎ ት/ቤት አጥር ሥራ6 እና ከዚያ በላይ
ሎት14ወረዳ 13 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት15ወረዳ 01 ካርድ እና ቲቢ ክፍል ግንባታ6 እና ከዚያ በላይ
ሎት16ወረዳ 02 ሕፃናት ማቆያ እና ቤተሰብ አገልግሎት ግንባታ6 እና ከዚያ በላይ
ሎት17ወረዳ 02 3በ1 ስፖርት ሜዳ ግንባታ6 እና ከዚያ በላይ
ሎት18ወረዳ 04 ወጣት ማእከል እድሳት እና አጥር ሥራ6 እና ከዚያ በላይ
ሎት19ወረዳ 06 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት20ወረዳ 08 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት21ወረዳ 05 ኮከበ ፅባህ ት/ቤት አጥር ሥራ6 እና ከዚያ በላይ
ሎት22ወረዳ 13 አያት ት/ቤት ኤሌክትሪክ ሥራ8 እና ከዚያ በላይ በዘርፉ የተደራጁ
  1. ተጫራቾች ለሥራው ሕጋዊ ፍቃድ ኖሯቸው የዘመኑን ግብር የከፈሉ የምዝገባ ምስክር ወረቀት የአቅራቢነት ምዝገባና የታከስ ሠረተፍኬት የተጨማሪ እሴት ታክስ ምዝገባ ማስረጃ ሰርተፍኬት ያላቸው እና የጨረታ ሰነድ ለመውሰድ ሲመጡ ኦሪጅናል ማሳየት ይጠበቅባቸዋል፡፡ 
  2. ተጫራቾች የጨረታ ሰነዱን በየካ ክፍለ ከተማ ኮንስትራክሽን ጽ/ቤት ከምህንድስና ግዥ ክፍል 4ተኛ ፎቅ ይህ ማስታወቂያ ከወጣበት ጊዜ ጀምሮ ለተከታታይ አስራ አምስት የሥራ ቀናት መውሰድ ይችላሉ፡፡ 
  3. ከሎት 1-7 ላሉት ሥራዎች ተጫራቾች ቴክኒካል እና ፋይናንሺያል ዶክመንቶቹን በተዘጋጀው ሰነድ ላይ በመሙላት ዋናውንና ሁለት ፎቶ ኮፒ በተለያዩ በታሸጉ ኤንቨሎፖች ማቅረብ ይኖርባቸዋል፡፡ በተጨማሪም የታሸጉትን ኤንቨሎፖች ዋና እና ኮፒ መሆናቸውን ለመለየት Original እና Copy በማለት በግልፅ ለይተው ማቅረብ አለባቸው፡፡ 
  4. ከሎት 8-22 ላሉት ሥራዎች ፋይናንሺያል ዶክመንቶቹን ብቻ በተዘጋጀው ሰነድ ላይ በመሙላት ዋናውንና ሁለት ፎቶ ኮፒ በተለያዩ በታሸጉ ኤንቨሎፖች ማቅረብ ይኖርባቸዋል፡፡ በተጨማሪም የታሸጉትን ኤንቨሎፖች ዋና እና ኮፒ መሆናቸውን ለመለየት Original እና Copy በማለት በግልፅ ለይተው ማቅረብ አለባቸው፡፡ 
  5. ሎት 8-22 ላሉ ሥራዎች ጨረታው በአስራ ስድስተኛው ቀን በየካ ክፍለ ከተማ ግራውንድ ላይ የሚገኘው ትልቁ አዳራሽ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት ከጠዋቱ 4፡30 ሰዓት ላይ ታሽጎ ከግማሽ ሰዓት ቆይታ በኋላ 5፡00 ሰዓት ላይ ይከፈታል፡፡ 
  6. ከሎት 1-7 ላሉ ሥራዎች ጨረታው በአስራ ሰባተኛው ቀን በየካ ክፍለ ከተማ ግራውንድ ላይ የሚገኘው ትልቁ አዳራሽ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት ከጠዋቱ 4፡30 ሰዓት ላይ ታሽጎ ከግማሽ ሰዓት ቆይታ በኋላ በ5፡00 ሰዓት ላይ የቴክኒክ ሰነዱ ይከፈታል፡፡ 
  7. ተጫራቾች በማጠቃለያ (SUMMARY) ገጽ ላይ ዋጋውን በግልጽ ማስቀመጥ አለባቸው፡፡ 
  8. ተጫራቾች የጨረታ ሰነዱን ከሎት-ሎት7 ላሉ ሥራዎች የማይመለስ ብር 200 እና ከሎት8- ሎት21 ላሉ ሥራዎች የማይመለስ ብር 100 በመክፈል ከየካ/ክ/ከተማ ኮንስትራክሽን ምህንድስና ግዥ ቡድን መውሰድ ይችላሉ፡፡ 
  9. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና ያቀረቡትን ጠቅላላ ዋጋ 2% የገንዘብ መጠን የያዘ የጨረታ ማስከበሪያ ዋስትና እንደተጫራቹ ምርጫ ከታወቀ ባንክ የሚሰጥ የባንክ ዋስትና ወይም በባንክ የተረጋገጠ ሌተርኦፍ ክሬዲት ወይም በሁኔታ ላይ ያልተመሰረተ የመድን ዋስትና የግዥ መመሪያው በሚያዘው መሠረት ለየካ ክፍለ ከተማ ኮንስትራክሽን ጽ/ቤት ብለው አሰርተው ማቅረብ አለባቸው፡፡ 
  10. ጽ/ቤቱ የተሻለ መንገድ ካገኘ ጨረታውን በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው፡፡ 
  • ማሳሰቢያ፡- አንድ ተጫራች ከአንድ ሰነድ በላይ መውሰድ አይችልም፡፡ 
  • ስልክ ቁጥር፡- 08-93-22-17 

በአዲስ አበባ ከተማ አስተዳደር የየካ ክ/ከተማ ኮንስትራክሽን ጽ/ቤት  

የተለያዩ ግንባታዎች ግንባታ ሥራ

Published on: Addis Zemen ( ጳጉሜ 5፣ 2012 ) /Place of Bid Competitions:አዲስ አበባ 

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ 

የየካ ክ/ከተማ ኮንስትራከሽን ጽ/ቤት በተለያዩ ተቋማት ለሚያሰራቸው የተለያዩ ግንባታዎች ግንባታ ሥራ ለማሰራት በየዘርፉ የተሰማራችሁ የኮንስትራክሽን ድርጅቶችን አወዳድሮ ለማሰራት ይፈልጋል፡፡ 

ሎትየሥራ ዝርዝርደረጃ
ሎት 1ወረዳ 13 መሪ ህዳሴ አፀደ ሕፃናት ጂ+0 እና ጂ+1 ግንባታ4 እና ከዚያ በላይ
ሎት2ወረዳ 14 ኣባዶ ኮንዶሚኒየም አፀደ ሕፃናት ጂ+0 እና ጂ+ ግንባታ4 እና ከዚያ በላይ
ሎት3ወረዳ 06 ሚስፎርድ ጂ+4 ግንባታ4 እና ከዚያ በላይ
ሎት4ወረዳ 09 አጥር የጥበቃ ቤት እና የመማሪያ ክፍሎች ግንባታ5 እና ከዚያ በላይ
ሎት5ወረዳ 13 ስፖርት ሜዳ ግንባታ5 እና ከዚያ በላይ
ሎት6ወረዳ 14 ስፖርት ሜዳ ግንባታ5 እና ከዚያ በላይ
ሎት7ወረዳ 06 ጤና ጣቢያ እድሳት እና ጂ+0 ፋርማሲ ግንባታ5 እና ከዚያ በላይ
ሎት8ወረዳ 09 ጂ+1 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት9ወረዳ 12ጂ+1 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት10ወረዳ 09 ጂ+3 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት11ወረዳ 10 ጤና ጣቢያ እድሳት6 እና ከዚያ በላይ
ሎት12ወረዳ 1 3በ1ስፖርት ሜዳ ግንባታ6 እና ከዚያ በላይ
ሎት13ወረዳ 13 ጣፎ ት/ቤት አጥር ሥራ6 እና ከዚያ በላይ
ሎት14ወረዳ 13 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት15ወረዳ 01 ካርድ እና ቲቢ ክፍል ግንባታ6 እና ከዚያ በላይ
ሎት16ወረዳ 02 ሕፃናት ማቆያ እና ቤተሰብ አገልግሎት ግንባታ6 እና ከዚያ በላይ
ሎት17ወረዳ 02 3በ1 ስፖርት ሜዳ ግንባታ6 እና ከዚያ በላይ
ሎት18ወረዳ 04 ወጣት ማእከል እድሳት እና አጥር ሥራ6 እና ከዚያ በላይ
ሎት19ወረዳ 06 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት20ወረዳ 08 ወጣት ማእከል እድሳት6 እና ከዚያ በላይ
ሎት21ወረዳ 05 ኮከበ ፅባህ ት/ቤት አጥር ሥራ6 እና ከዚያ በላይ
ሎት22ወረዳ 13 አያት ት/ቤት ኤሌክትሪክ ሥራ8 እና ከዚያ በላይ በዘርፉ የተደራጁ
  1. ተጫራቾች ለሥራው ሕጋዊ ፍቃድ ኖሯቸው የዘመኑን ግብር የከፈሉ የምዝገባ ምስክር ወረቀት የአቅራቢነት ምዝገባና የታከስ ሠረተፍኬት የተጨማሪ እሴት ታክስ ምዝገባ ማስረጃ ሰርተፍኬት ያላቸው እና የጨረታ ሰነድ ለመውሰድ ሲመጡ ኦሪጅናል ማሳየት ይጠበቅባቸዋል፡፡ 
  2. ተጫራቾች የጨረታ ሰነዱን በየካ ክፍለ ከተማ ኮንስትራክሽን ጽ/ቤት ከምህንድስና ግዥ ክፍል 4ተኛ ፎቅ ይህ ማስታወቂያ ከወጣበት ጊዜ ጀምሮ ለተከታታይ አስራ አምስት የሥራ ቀናት መውሰድ ይችላሉ፡፡ 
  3. ከሎት 1-7 ላሉት ሥራዎች ተጫራቾች ቴክኒካል እና ፋይናንሺያል ዶክመንቶቹን በተዘጋጀው ሰነድ ላይ በመሙላት ዋናውንና ሁለት ፎቶ ኮፒ በተለያዩ በታሸጉ ኤንቨሎፖች ማቅረብ ይኖርባቸዋል፡፡ በተጨማሪም የታሸጉትን ኤንቨሎፖች ዋና እና ኮፒ መሆናቸውን ለመለየት Original እና Copy በማለት በግልፅ ለይተው ማቅረብ አለባቸው፡፡ 
  4. ከሎት 8-22 ላሉት ሥራዎች ፋይናንሺያል ዶክመንቶቹን ብቻ በተዘጋጀው ሰነድ ላይ በመሙላት ዋናውንና ሁለት ፎቶ ኮፒ በተለያዩ በታሸጉ ኤንቨሎፖች ማቅረብ ይኖርባቸዋል፡፡ በተጨማሪም የታሸጉትን ኤንቨሎፖች ዋና እና ኮፒ መሆናቸውን ለመለየት Original እና Copy በማለት በግልፅ ለይተው ማቅረብ አለባቸው፡፡ 
  5. ሎት 8-22 ላሉ ሥራዎች ጨረታው በአስራ ስድስተኛው ቀን በየካ ክፍለ ከተማ ግራውንድ ላይ የሚገኘው ትልቁ አዳራሽ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት ከጠዋቱ 4፡30 ሰዓት ላይ ታሽጎ ከግማሽ ሰዓት ቆይታ በኋላ 5፡00 ሰዓት ላይ ይከፈታል፡፡ 
  6. ከሎት 1-7 ላሉ ሥራዎች ጨረታው በአስራ ሰባተኛው ቀን በየካ ክፍለ ከተማ ግራውንድ ላይ የሚገኘው ትልቁ አዳራሽ ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው በተገኙበት ከጠዋቱ 4፡30 ሰዓት ላይ ታሽጎ ከግማሽ ሰዓት ቆይታ በኋላ በ5፡00 ሰዓት ላይ የቴክኒክ ሰነዱ ይከፈታል፡፡ 
  7. ተጫራቾች በማጠቃለያ (SUMMARY) ገጽ ላይ ዋጋውን በግልጽ ማስቀመጥ አለባቸው፡፡ 
  8. ተጫራቾች የጨረታ ሰነዱን ከሎት-ሎት7 ላሉ ሥራዎች የማይመለስ ብር 200 እና ከሎት8- ሎት21 ላሉ ሥራዎች የማይመለስ ብር 100 በመክፈል ከየካ/ክ/ከተማ ኮንስትራክሽን ምህንድስና ግዥ ቡድን መውሰድ ይችላሉ፡፡ 
  9. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና ያቀረቡትን ጠቅላላ ዋጋ 2% የገንዘብ መጠን የያዘ የጨረታ ማስከበሪያ ዋስትና እንደተጫራቹ ምርጫ ከታወቀ ባንክ የሚሰጥ የባንክ ዋስትና ወይም በባንክ የተረጋገጠ ሌተርኦፍ ክሬዲት ወይም በሁኔታ ላይ ያልተመሰረተ የመድን ዋስትና የግዥ መመሪያው በሚያዘው መሠረት ለየካ ክፍለ ከተማ ኮንስትራክሽን ጽ/ቤት ብለው አሰርተው ማቅረብ አለባቸው፡፡ 
  10. ጽ/ቤቱ የተሻለ መንገድ ካገኘ ጨረታውን በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው፡፡ 
  • ማሳሰቢያ፡- አንድ ተጫራች ከአንድ ሰነድ በላይ መውሰድ አይችልም፡፡ 
  • ስልክ ቁጥር፡- 08-93-22-17 

በአዲስ አበባ ከተማ አስተዳደር የየካ ክ/ከተማ ኮንስትራክሽን ጽ/ቤት  

ጂ+3 ባለ ሦስት ወለል የቢሮ ግንባታ

Published on: Addis Zemen ( ጳጉሜ 5፣ 2012 ) /Place of Bid Competitions:ጋሞ ዞን

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ 

በጋሞ ዞን የአ/ም/ዙ/ወ/ፋይናንስ ጽ/ቤት በወረዳው ፖሊስ ጽ/ቤት ባለቤትነት በ2013 በጀት አመት ጂ+3 ባለ ሦስት ወለል የቢሮ ግንባታ ሥራ በዘርፉ ለተሰማሩ ተቋራጮችን በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ 

በዚህ መሠረት፡

  1. ደረጃቸው BC/GC-4 እና ከዚያ በላይ የግንባታ ስራ ተቋራጮች ሆነው፤ የታደሰ ሕጋዊ ንግድ ሥራ ፈቃድ፤ በሥራና ከተማ ልማት ሚ/ር የተመዘገቡና የተጨማሪ እሴት ታክስ ተመዝጋቢ የንግድ ምዝገባ ምስክር ወረቀት፤ የብቃት ማረጋገጫ የምስክር ወረቀት የታደሰ፤ የአቅራቢነት ምስክር ወረቀት፤ የግብር መከፈያ መለያ ቁጥር የመልካም ስራ አፈጻጸም ማስረጃ ኦርጅናል ዶክመንታቸውን ለማስመስከሪያነት ማቅረብ የሚችሉ፡፡ የሥራ ሳይቱን በራሱ ወጪ አይቶ አስፈላጊውን የግንባታ ቁሳቁስ በራሱ አጓጉዞ ለመስራት ፈቃደኛ የሆነ 
  2. የጨረታ ማስከበሪያ 450,000,00 /አራት መቶ ሃምሳ ሺህ ብር/Bid / በባንክ በተረጋገጠ የክፍያ ማዘዥያ/CPO/ ወይንም በጥሬ ገንዘብ ወይም ስሁኔታ ላይ ያልተመሠረተ ባንክ ጋራንት ማስያዝ ይኖርባቸዋል፡፡ ተጫራቾች የመልካም ስራ አፈጻጸም፤ የንግድ ፍቃዳቸውንና የደረጃ ማረጋገጫ ሰርተፍኬታቸውን ኮፒ በመያዝ የጨረታ ሰነዱን የማይመለስ ብር 500/አምስት መቶ/ በመክፈል ከመ/ቤቱ ግዥ ኬዝ ቲም ዘወትር በሥራ ሰዓት በመቅረብ መውሰድ ይችላሉ፡፡ የቴክኒካል ሰነዶች አንድ ኦርጅናልና አንድ ኮፒ የጨረታ ማስከበሪያ በኦርጅናሉ ተካቶ ለየብቻ በፖስታ ታሽጎ ኦርጅናል ኮፒ ተብሎ በፖስታው ላይ በመጻፍ በእናት ፖስታ በማጠቃለል ታሽጎ እንዲሁም ፋይናንሻል የጨረታ ሰነድ ዋጋ ተሞላቶ ተፈርሞ ማህተም ተደርጎበት አንድ ኦርጅናል ሁለት ኮፒ በተለያዩ ፖስታዎች ታሽጎ ኦርጅናልና ኮፒ ተብሎ በፖስታው ላይ ተጽፎ በእናት ፖስታ በማጠቃለል ማህተምና ስልክ ቁጥር በማኖር መቅረብ አለበት፡፡ የጨረታ ሰነድ በመገምገምያ መስፈርት መሠረት አሟልቶ ያለማቅረብ ላልቀረበው ሰነድ የተዘረዘረውን ነጥብ ያሳጣል፡፡ 
  3. ጨረታው ይህ ማስታወቂያ በጋዜጣ ከታወጀበት ቀን ጀምሮ በሚቆጠር ለ31 /ሰላሳ አንድ/ቀናት በአየር ላይ ቆይቶ በ32ኛው ቀን ከረፋዱ 5፡00 ሰዓት ታሽጎ በዕለቱ በ8፡00 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎች በተገኙበት በመ/ቤቱ ግዥ ኬዚ ቲም ቢሮ ይከፈታል፡፡ 32ኛው ቀን የስራ ቀን ካልሆነ በሚቀጥለው የስራ ቀን በተመሳሳይ ሰዓት ሂደቱ ይከናወናል፡፡ የተጫራቾች መገኘት አለመገኘት የጨረታውን አከፋፈት ሊያስተጓጉል አይችልም፡፡ የአርትመትከ ቼክ ውጤት ከተነበበው ዋጋ ከ26 በላይና በታች እንዲሁም ሪቨት ከ10% በላይ ሲሆን ተጫራቹ ከጨረታ ውድድር ውጪ ይሆናል፡፡ ተቋሙ የተሻለ አማራጭ ካገኘ በጨረታው አይገደድም፡፡ 

የአ/ምንጭ/ዙ/ወ/ፋ/ጽ/ቤት ስልክ ቁጥር 0461814091/ 0468810258/0468810428 

በጋሞ ዞን የስ/ም/ዙ/ወ/ ፋይናንስ ጽ/ቤት 

ጤና ጣቢያ ግንባታ

Published on: Addis Zemen ( ጳጉሜ 5፣ 2012 ) /Place of Bid Competitions:ጋሞ ዞን

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ 

በጋሞ ዞን የአ/ም/ዙ/ወ/ፋይናንስ ጽ/ቤት በወረዳው ጤና ጥ/ጽ/ቤት ባለቤትነት በ2013 በጀት አመት በጫኖ የጤና ጣቢያ ግንባታ ሥራ በዘርፉ ለተሰማሩ ተቋራጮችን በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ 

በዚህ መሠረት፡

  1. ደረጃቸው Ec/Cc-6 እና ከዚያ በላይ የግንባታ ስራ ተቋራጮች ሆነው፤ የታደሰ ሕጋዊ ንግድ ሥራ ፈቃድ ፤ በሥራና ከተማ ልማት ሚ/ር የተመዘገቡና የተጨማሪ እሴት ታክስ ተመዝጋቢ የንግድ ምዝገባ ምስክር ወረቀት፤ የብቃት ማረጋገጫ የምስክር ወረቀት የታደሰ፤ የአቅራቢነት ምስክር ወረቀት ፤ የግብር መክፈያመለያ ቁጥር የመልካም ስራ አፈጻጸም ማስረጃ ኦርጅናል ዶከመንታቸውን ለማስመስከሪያነት ማቅረብ የሚችሉ፡፡ የሥራ ሳይቱን በራሱ ወጪ አይቶ አስፈላጊውን የግንባታ ቁሳቁስ በራሱ አጓጉዞ ለመስራት ፈቃደኛ የሆነ፡፡
  2. የጨረታ ማስከበሪያ 100,000,00 ]መቶ ሺህ ብር/Bid Bond/ በባንክ በተረጋገጠ የክፍያ ማዘዣያ /cpo/ ወይንም በጥሬ ገንዘብ ወይም በሁኔታ ላይ ያልተመሠረተ ባንክ ጋራንት ማስያዝ ይኖርባቸዋል። ተጫራቾች የመልካም ስራ አፈጻጸም፤ የንግድ ፈቃዳቸውንና የደረጃ ማረጋገጫ ሰርተፍኬታቸውን ኮፒ በመያዝ የጨረታ ሰነዱን የማይመለስ ብር 500 /አምስት መቶ/ በመክፈል ከመ/ቤቱ ግዥ ኬዝ ቲም ዘወትር በሥራ ሰዓት በመቅረብ መውሰድ ይችላሉ፡፡ የቴክኒካል ሰነዶች አንድ ኦርጅናልና አንድ ኮፒ የጨረታ ማስከበሪያ በኦርጅናሉ ተካቶ ለየብቻ በፖስታ ታሽጎ ኦርጅናል ኮፒ ተብሎ በፖስታው ላይ በመጻፍ በእናት ፖስታ በማጠቃለል ታሽጎ እንዲሁም ፋይናንሻል የጨረታ ሰነድ ዋጋ ተሞላቶ ተፈርሞ ማህተም ተደርጎበት አንድ ኦርጅናል ሁለት ኮፒ በተለያዪ ፖስታዎች ታሽጎ ኦርጅናልና ኮፒ ተብሎ በፖስታው ላይ ተጽፎ ስእናት ፖስታ በማጠቃለል ማህተምና ስልክ ቁጥር በማኖር መቅረብ አለበት፡፡ የጨረታ ሰነድ በመገምገሚያ መስፈርት መሠረት አሟልቶ ያለማቅረብ ላልቀረበው ሰነድ የተዘረዘረውን ነጥብ ያሳጣል፡፡
  3. ጨረታው ይህ ማስተወቂያ በጋዜጣ ከታወጀበት ቀን ጀምሮ በሚቆጠር ለ21 /ሃያ አንድ/ ቀናት በአየር ላይ ቆይቶ በ22ኛው ቀን ከረፋዱ 5፡00 ሰዓት ታሽጎ በዕለቱ በ8፡00 ሰዓት ተጫራቾች ወይም ህጋዊ ወኪሎች በተገኙበት በመ/ቤቱ ግዥ ኬዚ ቲም ቢሮ ይከፈታል፡፡ 22ኛው ቀን የስራ ቀን ካልሆነ በሚቀጠለው የስራ ቀን በተመሳሳይ ሰዓት ሂደቱ ይከናወናል፡፡ የተጫራቾች መገኘት አለመገኘት የጨረታውን አከፋፈት ሊያስተጓጉል አይችልም፡፡ የአርቲሜቲክ ቼክ ውጤት ከተነበበው ዋጋ ከ2% በላይና ታች እንዲሁም ሪቨት ከ10% በላይ ሲሆን ተጫራቹ ከጨረታ ውድድር ውጪ ይሆናል፡፡ ተቋሙ የተሻለ አማራጭ ካገኘ በጨረታው አይገደድም፡፡ 

የአ/ምንጭ/ዙ/ወ/ፋ/ል/ጽ/ቤት ስልክ ቁጥር 

0461814091/468810258/0468810428 

በጋሞ ዞን የአ/ም/ዙ/ወ/ ፋይናንስ ጽ/ቤት 

በክልል ጤና ቢሮ በጀት በዴቻ ወረዳ ተጀምሮ የተቋረጠውን የቀሺ ጤና ጣቢያ ቀሪ ስራዎች…

Published on:Addis Zemen ( ጳጉሜ 5፣ 2012 ) /Place of Bid Competitions:ደ/ብ/ብ/ሕ/ክ መንግስት የካፋ ዞን

Remaining Time for Bid Submission

የጨረታ ማስታወቂያ 

የካፋ ዞን ፋይናንስ መምሪያ ከካፋ ዞን ጤና መምሪያ በቀረበለት ጥያቄ መሰረት በክልል ጤና ቢሮ በጀት በዴቻ ወረዳ ተጀምሮ የተቋረጠውን የቀሺ ጤና ጣቢያ ቀሪ ስራዎች ህጋዊ ተጫራቾችን በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ 

ስስዚህ ተጫራቾች በጨረታው ለመሳተፍ :

  • የዘመኑን ግብር የከፈሉበት ማስረጃ፣ በዘርፉ የታደሰ የንግድ ፈቃድ እና የንግድ ምዝገባ፣ የአቅራቢነት ምዝገባ ሰርተፍኬት፣የቲን/TገN/ እና የቫት ተመዝጋቢነት ሰርተፍኬት ኦርጅናል እና አንድ የማይመለስ ኮፒ ዶክመንት ሰነድ ሊገዙ ሲመጠኑ ይዘው ቀርበው እንዲመሳከር ሳያደርጉ ሰነድ መግዛት አይችሉም::
  • ተጫራቾች ደረጃ BC/GC-5 እና ከዚያ በላይ መሆን ይኖርባቸዋል::
  • ተጫራቾች የጨረታ ሰነድ የማይመለስ 300/ሶስት መቶ ብር/ ካፉ ዞን ገቢዎች ባለስልጣን ቅ/ጽ/ቤት ቀርበው በመከፈል ዘወትር በሥራ ሰዓት ለተከታታይ 21 ቀናት ካፉ ዞን ፋይናንስ መምሪያ ግዥ ንብ/ አስ/ዳይሬክቶሬት በመቅረበ መግዛት ይችላሉ።
  • ተጫራቾች በባንክ የተረጋገጠ 100,000 | አንድ መቶ ሺህ ብር/ የጨረታ ማስከበሪያ CPO (Certified payment order) በካፋ ዞን ፋይናንስ መምሪያ ግዥ ንብ/አስ/ ስም በማሰራት ከኦርጅናል ቴክኒካል የጨረታ ሰነድ ጋር አያይዘው ማቅረብ ይኖርባቸዋል::
  • ተጫራቶች ፋይናንሻል እና ቴክኒካል የጨረታ ዶክመንት ተገቢውን ፊርማ እና ማህተም በማሳረፍ ለየብቻ አንድ አንድ ኦርጅናል እና ሦስት ሦስት ኮፒ የተሟላ ሰነድ በሰም/በሙጫ/በታሸጉ ፖስታዎች ይህ ማስታወቂያ በጋዜጣ ከወጣበት ቀን ጀምሮ እስከ 21 ተከታታይ ቀናት በካፋ ዞን ፋይናንስ መምሪያ ግዥና ንብ/አስ/ በመቅረብ ለዚሁ ሥራ በተዘጋጀ የጨረታ ሳጥን ውስጥ ማስገባት ይችላሉ:: የጨረታው ሳጥን በ22ኛው ቀን በ3፡00 ሰዓት ታሽጎ በዚያው ዕለት ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በካፋ ዞን ፋይናንስ መምሪያ ከጠዋቱ በ3፡30 ሰዓት ይከፈታል፡፡ የጨረታው መዝጊያና መክፈቻ ቀን ዝግ ከሆነ በሚቀጥለው የሥራቀን ይሆናል:: ተጫራቾች የዘመኑን ግብር የከፈሉበት ማስረጃ በዘርፉ የታደሰ የንግድ ፈቃድ እና የንግድ ምዝገባ፣ የእቅራቢነት ምዝገባ ሰርተፍኬት የቲን TIN እና የቫት ተመዝጋቢነት ሰርተፍኬት ኮፒ ዶክመንት ከቴክኒካል እና ፋይናንሻል ሰነዶች ጋር አያይዘው የማቅረብ ግዴታ አለባቸው፡፡
  • የተጫራቾች ወይም ህጋዊ ወኪሎቻቸው ያለመገኘት የጨረታውን የመክፈት ሂደት አያስተጓጉልም::
  • ተጫራቾች ያሸነፉበትን የጠቅላላ ዋጋ 10% የውል ማስከበሪያ /performance bond/ ለማስያዝ ፈቃደኛ መሆን አለባቸው፡፡ 
  • ለአሽናፊው ድርጅት ክፍያው ሙሉ በሙሉ በክልሉ ጤና ቢሮ በጀት የሚሸፈን ይሆናል።
  • ተጫራቾች አሰሪው መ/ቤት ያዘጋጀውን የቴክኒካል ዶክመንት መጠይቅ ማሟላት ይጠበቅባቸዋል። 
  • መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን ሙሉ በመሉም ሆነ በከፊል የመሰረዝ መብቱ የተጠበቀ ነው፡፡ 

ለተጨማሪ መረጃ በስልክ ቁጥር 047 3 311826 መጠየቅ ይቻላል!! 

በደ/ብ/ብ/ሕ/ክ መንግስት የካፋ ዞን ፋይናንስ መምሪያ ቦንጋ 

B+G+10 mixed-use building Design and Soil Investigation

Published on: Addis Zemen ( Sep 10, 2020 ) /Place of Bid Competitions:Asella, Oromia

Remaining Time for Bid Submission

Invitation to National Competitive Bid 

  • For Design and Soil Investigation of B+G+10 mixed-use building 

Urji Oromia Consumers Cooperative Society (CSLL) wants to build a B+G+10 Mixed-Use Building in a total area of 1900m2 in Asella Town. Thus, the purpose of this request for proposal is to solicit proposals from qualified and eligible consultants for the preparation of detailed architectural and engineering designs, specifications, and bill of quantities preparation of bidding documents including Soil Test Investigation. 

  1.  The invitation is open to Architectural & Engineering consultant category 5 (five) and above registered by the Authorized bodies with Valid license and consultancy service certificate, Renewed trade license for the bidding period, Taxpayer identification number (TIN), Current tax clearance from the concerned Authorities and VAT registration certificate. 
  2. Bidding will be conducted through the National Competitive Bidding (NCB) Procedure. 
  3. A complete set of Bidding shall be obtained from the Finance office of Urji Oromia Consumers Cooperative Society (CSLL) upon submission of a written application fulfilling the requirements of this Invitation and upon payment of a non-refundable fee of ETB 500.00 by depositing at Cooperative Bank Of Oromia Account no 1000043462559 for Urji Oromia Consumers Cooperative Society (CSLL)
  4. Bids must be submitted on or before the twenty-first (21st) working day of the first announcement of this notice in the newspaper. 
  5. Bid will be closed at 2.00 pm and opened ready in the presence of bidders or their authorized representative on the same day at 2:30 pm in Urji Oromia Consumers Cooperative Society (CSLL) Manager office.
  6. The bid must be accompanied by a Bid Security of ETB 50,000.00 in Cashiers Payment Order (CPO) or an unconditional bank guarantee with a validity period not less than 120 days after bid opening. Bid Security must be sealed within the original Technical Document only. 
  7. Bidders are seriously advised to read and comply with all the instructions provided in the Bidding / Tendering Documents.
  8. . One Original Technical and one Original Finical document and two (2) each machine copies should be wax sealed, properly addressed, signed and stamped documents must be provided separately marked with clear and printed identification on the cover page that states whether it is financial or technical and original or copy. After Original and copies of the technical documents as well as Original and copies of the finical document sealed separately, it should finally be submitted by enclosing in one single envelope. 
  9. Urji Oromia Consumers Cooperative Society (CSLL) reserves the right to reject all or parts of this bid. 

Address: Urji Oromia Consumers Cooperative Society (CSLL) Office phones no 022-2-38-60-00 / Mobile. 09 13 05 99 12 Email_urjioromiacoop@gmail.com Asella, Oromia, Ethiopia 

Construction of Access Roads in Elidaar woreda of Afar

Published on:Ethiopian Herald ( Sep 10, 2020 ) /Place of Bid Competitions:Samara, Afar Region

Remaining Time for Bid Submission

SPECIFIC PROCUREMENT

NOTICE FOR NATIONAL COMPETITIVE BIDDING

Date:- 10 September 2020

BMZ Project Number: – 201167006

Construction Procurement

Ref. No: BOLANRD/DRSLP/KfW-Sdr/NCB/W02/2020

1. The Federal Democratic Republic of Ethiopia has received Financing from KfW Development Bank, A German Financial Cooperation with Ethiopia, towards Regional Fund for Improving Drought Resilience in Ethiopia. It is intended that part of the proceeds of this fund will be applied to eligible payments under the contract for the Procurement of Construction of Access Roads in Elidaar woreda of Afar National Regional State in Ethiopia.

2. The Bureau of Livestock, Agriculture & Natural Resources Development now invites sealed bids from eligible and qualified bidders (contractors) having RC/GC Category 2 Trade License and above for the delivery of the works.

Project Measures: The purpose of the project is to strengthen the production systems of the pastoralists and agro-pastoralists, to increase their income and diversify their livelihoods thus contributing to enhance the drought resilience of communities in selected cross-border regions in the arid and semi-arid lands (ASAL).

The project is implemented in Afar and Somali regions and is organized in three main components;

  1. Water Resource Development and Rural Infrastructure,
  2. Improvement of Rangelands and fodder production and
  3. Alternative Livelihood Initiatives and Basic Service Development.

Requested Works: The Construction Rural Roads will contribute to the Component 1: Water Resources Development and Rural Infrastructure. The contractor will Construct 22 km Access Road Elidaar to Siyaro kebele in Elidaar wereda of Afar National Governmental State.

3. Interested eligible bidders may obtain further information and inspect copy of the bidding document at the office address given below in the morning from 7:00 AM to 12:00 PM and in the afternoon from 9:00 PM to 6:00 PM Monday to Friday

4. A complete set of bidding documents may be purchased by interested bidders upon payment of a nonrefundable fee of ETB 350.00 (Three Hundred Fifty) or its equivalent in a freely convertible currency.

5. Bids must be delivered to the office on or before 10:00 AM (04:00 AM local time) on – 08 October, 2020 and must be accompanied by a bid security in the amount ETB 200,000.00 (Two Hundred Thousand) or its equivalent in a freely convertible currency.

6. Bids will be opened in the presence of bidders’ representatives, who choose to attend at 10:30 AM (04:30 AM local time) on the same date of closing, 08 October ,2020 at the Address below.

Afar National Regional State, Bureau of Livestock, Agriculture & Natural Resources Development (BOLANRD)

Procurement, Finance and Property Administration Support

Process First Floor, Room No. 01,

Tel. +251-033-666-022/033-666-243,

Samara, Afar Region

Addis Ababa City Road Network

Published on: Ethiopian Herald ( Sep 9, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BID

1. The Addis Ababa City Road Authority, acting as a representative of the Addis Ababa City Administration has allocated budget towards the cost of the following RoadProjects of the Addis Ababa City Road Network

2. The description of the projects is as follow

2.1. Arabsa – ICT Park Design & Build Road Project

The project roads start from Arabsa 6 pass through Bole – Lemi Industry Park, ICT Park and ends at Kilinto Goro Expressway road. The project road is categorized as Primary Arterial Pass 60, Expressway road with 60m width (23m median left for future expansion and BRT), according to the master plan of Addis Ababa and the Road Project is intended to harmonize mobility of traffic.

The duration of the project is 30 months, including 180 Calendar days (6 months) for design Period and mobilization. The contract delivery method of the projectis Design and Build (DB).

2.2. Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Road Project

The project consists of construction of the 1.5km length roads to dual carriageway each two lane asphalt surfaced with raised footpath on both sides. The project also includes the construction of structures like culverts and ancillary works

The project road is located in Yeka Sub-city of Addis Ababa City. It starts at around Kidanemehiret Church (480005.02E, 998588.61N), and ends at Hanamariam Church (481352.97E, 999209.52N),

The period of completion is 570 Calendar Days (19 months) from the date of commencement including 3 months (90 Calendar days) for clearance of Right of way obstructions.

2.3. Construction works of Beshale Condominium Asphalt Road Project

Beshale Condominium Asphalt Road Project is located within Beshale condominium. It has 8 segments having 20m width for segment 1 (one) and 2(Two) and 15m width with the remaining segments 3,4,5,6,7 and 8.

The duration of the project is 9 months, including 3 months for right of way and mobilization

3. The Addis Ababa City Roads Authority (AACRA) now invites bidders to submit sealed bids for providing the necessary labour, material and equipment for construction of the above road project.

4. Interested bidders shall submit the following evidence:

a) In case of Ethiopian Bidders:

i. Certificate of Registration from Ministry of Urban Development, Housing and Construction or other appropriate regional bureaus with

Category GC-1 or RC-1 renewed for 2012 EFY for Arabsa – ICT Park Design & Build Road Project:

Category RC-3 and/or GC-3 and above renewed for 2012 EFY for Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Road Project;

Category RC-2 and/or GC-2 and above renewed for 2012 EFY for Construction works of Beshale Condominium Asphalt Road Project:

  • ii. Trading License renewed for 2012 EFY;
  • iii. Tax Clearance Certificate, which states that the bidder can be participate in any public tender and valid at the deadline for submission of the bids:
  • iv. VAT Registration Certificate;
  • v. Registration as Supplier in the list of the mandated Public body, i.e. Public Procurement and Property Administration Agency (PPPAA);

b) In case of bidders other than Ethiopians; Business Organization Registration Certificate or Trade License issued by the country of establishment.

5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible contractors as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash flow, General and Specific Experience for the project are as shown below:

5.1. Arabsa – ICT Park Design & Build Road Project

No. QualificationCriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For Local BiddersFor Foreign BiddersJV b/n Local andForeign Bidders
1Annual construction Turnover (ACT)ETB 521 Million (Peak)ETB 1.042 Billion(Average) ETB 782 Million(Average) 
2Liquid asset /cashflow requirement(CF)ETB 130.3 Million ETB 173.7 Million ETB 173.7 Million 
3General construction ExperienceA minimum of Two (2) years of experience under construction contracts in therole of Contractor, Joint Venture partner or Sub-Contractor prior to the deadlinefor bid submission A minimum of Five(5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub-Contractor prior to the deadline for bid submissionA minimum of Five (5)years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub-Contractor prior to the deadline for bid submission 
4Specific constructionprojects experienceAt least one (1) new or upgrading or rehabilitation road airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 32 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub Contractor with a contract price of at least ETB 1.303 Billion. ORAt least two (2) new or upgrading or rehabilitation road/airfield construction projects with any asphalt surfacing type including asphalt concrete or bituminous surface treatments each with a minimum length of 16.0 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 651.5 MillionOrAt least two (3) new or upgrading or rehabilitation road/airfield construction projects with any asphalt surfacing type including asphalt concrete or bituminous surface treatments each with a minimum length of 10.7 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB434.3 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 32 km which are 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor  each with a contract price of at least ETB 1.303 Billion At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 32 km which are 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor  each with a contract price of at least ETB 1.303 Billion 

 5.2. Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Rond Project

No.Qualification Criteria Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For Local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over (ACT) ETB 130 Million (Peak)ETB 260 Million (Average)ETB 195 Million (Average)
2Liquid asset /cash flow requirement (CF)ETB 32.50 Million ETB 43.40 Million ETB 43.40 Million 
3General construction ExperienceA minimum of Two (2) years of experience underconstruction contracts in the role of Contractor, JointVenture partner or Sub-Contractor prior to the deadlinefor bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission 
4Specific construction projects experienceAt least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 4.3 Km which is at least 75% successfully and substantially completed withinthe last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 206MillionORAt least one (2) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 2.15 Km which is at least 75% successfully and substantially completed withinthe last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 103 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 4.3 Km which are at least 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 206 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 4.3 Km which are at least 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 206 Million

5.3. Construction works of Beshale Condominium Asphalt Road Project

No.Qualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG 
For Local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders 
 
1Annual construction Turnover (ACT)ETB 410.7 Million (Peak) ETB 821.3 Million (Average) ETB 616 Million (Average)  
2Liquid asset/ cash flow requirement (CF)ETB 102.7 Million ETB 136.9 Million ETB 136.9 Million  
3General construction ExperienceA minimum of Two (2) years of experience underconstruction contracts in the role of Contractor,Joint Venture partner or Sub-Contractor prior to thedeadline for bid submission.A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission  
4Specific construction projects experienceAt least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 8.7 Km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 308 Million.Or At least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of4.35 Km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 154 Million. At least two (2) new or upgrading or at least two (2) new or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 8.7 Km which are 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 308 Million. At least two (2) new or upgrading or at least two (2) new or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 8.7 Km which are 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 308 Million.  

6. If a Bidder was awarded and /or recommended for award of any works contract/s by AACRA with in the last 6 (six) month prior to the bid submission, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject project; and criteria of the awarded contract/s and/or those recommended to be awarded.

7. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 to 12:30 A.M and 1:30 to 5:30P.M from Mondays to Thursdays and 8:30 to 11:30 A.M and 1:30 P.M to 5:30 P.M on Fridays.

A complete set of bidding document prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 100 for each project effective as of September 14, 2020. The method of payment shall be in cash.

Address: Addis Ababa City Roads Authority

Engineering Procurement Directorate

Ground Floor, Room No. 39

Tel: 251-11-372-89-48

Addis Ababa, Ethiopia

8. Bidders shall submit their bids in two envelopes, “Qualification information & Bid Security” in one envelope and “Financial Bid” separately in another envelope and the two envelops sealed in on other outer envelopes.

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

10. The value of total certified payments received in each year (Annual Construction Turnover) shall be adjusted for inflation of Birr value by multiplying them by Cn/Cofactor, where Cn is the value of 1 US Dollar in Birr on the date 28 days prior to the bid submission date and Co is the value of 1 US Dollar in Birr computed using the exchange rate prevailing on the last date of the respective fiscal year.

11. For the specific construction project experience requirement, the contract price of projects referenced by the Bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract. The basis of computing the Dollar value of Birr shall be the selling exchange rate issued by the National Bank of Ethiopia.

12. Bids must be delivered to the address below on or before October 13, 2020 at 2:30 P.M. All bids must be accompanied by a bid security of ETB 500,000.00 (ETB: Five Hundred Thousand) for each project. Late bids will be rejected. One original and four copies of the bids have to be submitted. The Qualification information and Bid security of the bidders will be opened immediately after the submission deadline in the presence of bidders’ representatives who chose to attend at the address below.

Director-General

Addis Ababa City Roads Authority

In front of Alexander Pushkin Roundabout

P. O. Box 9206

Addis Ababa, Ethiopia

Tel. +251-11-372-89-53/48

13. The Addis Ababa City Roads Authority reserves the right to accept or reject any or all bids.

ADDIS ABABA CITY ROADS AUTHORITY

Wombera Share Small Scale irrigation Project

Published on:Ethiopian Herald ( Sep 9, 2020 ) /Place of Bid Competitions:Benishangul

Remaining Time for Bid Submission

INVITATION FOR BIDS

Invitation for Bid (BIDs) Tender No.

Construction of small scale irrigation projects completing work Benishangul Cama Regional State Bureau of Agriculture and Natural Resource (BGRSBANR) invites wax-sealed bids from eligible bidders (Contractors) for construction of the projects located in Metekel Zone Wombera Woreda of the Region. The sources of funds of the works are the Agricultural Growth Program II.

The projects are categorized as follows:

 Project nameZoneWoredaType of work
1Wombera Share Small Scale irrigation ProjectMetekel WomberaDiversion Weir Completion works
  1.  Bidding will be conducted in accordance with open national tendering procedures provided in the public procurement proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible countries.
  2. The bides are open to all eligible bidders fulfilling the following requirements:
  • 2.1 The bidder must process a construction license of GC IV (4) or WWC IV (4) and above that has been renewed for the budget year 2012 EC.
  • 2.2 The Bidder should be registered at the supplier list
  • 2.3 A Certificates of Registration at the Ministry of Water and Energy, Ministry of Construction and Urban Development for the year 2012 E.C.
  • 2.4 Copies of TAX Clearance registered for VAT and TIN must be presented for the procurement of the biding documents.
  • 2.5 The tenders should be accompanied by a bid security of 2% of the contract price in the form of Bank Guarantee or CPO.
  • 2.6 Bid should be purchased at Assosa, Bureau of Agriculture and Natural Resource of procurement and finance upon payment of a non-refundable fee of Birr 200 (Two hundred birr only)

3. If the Bidder has a construction site at B/G/R/S/ Bureau of Agriculture work performance must be above 75%

4. One original and two copies of Technical and Financial Bids scaled in accordance with The requirements presented in the instructions to Bidders should be submitted to the address below on 30 calendar day after notification, 2012 E.C before 8:30 PM local time. The bids will be opened in the afternoon at 9:00 P.M local time in the presence of the Bidders or representatives who choose to attend at Assosa BANR. If the 30th day is not a working day, the next working day shall be the opening day. Late submissions shall be rejected.

5 Bidders may obtain further information and, inspect the bidding documents at BGRSBANR (Benishangule Gumuze Regional State Bureau of Agriculture and Natural Resource). P. Box 30 & Tel 0577750123/0577750890

6 The bids will be valid for 60 days after bid opening.

7 Completion time of the project construction is Five Months (5 Months),

8 The Bureau reserves the right to accept or reject all or parts of the bid.

9 BGRS Agriculture and Natural Resource Bureau

P.O.Box: 30

Tel:- +251-0577750890

Fax:- +251-0577750178

ASSOSA, ETHIOPIA

Benishangul Gumuz Regional State, Bureau

of Agriculture and Natural Resource

(BGRSBANR)

You cannot copy content of this page