Published on: Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:Adigrat University
Remaining Time for Bid Submission
Invitation To Bidders (ITB)
Adigrat University hereby needs to announce a bid for Supply, Installation, Configuration, Testing, and Commissioning of laboratory Projects on Turnkey Basis for the following lots.
S.no
No of lots
Procurement Reference Number
Type of Projects
Bid Security (in birr)
Tasks of the Bidder
1
Lot-1
ICB/003/2013
Supply, Installation, Configuration, Testing and Commissioning of construction technology management, Architecture, urban planning, and civil engineering laboratory Project on Turnkey Basis for Adu
500,000
Supply, Installation, Configuration, Testing and Commissioning of construction technology management, Architecture, Aruban planning, and civil engineering laboratory Project on Turnkey Basis for Adu
2
Lot-2
ICB/003/2013
Supply, Installation, Configuration, Testing and Commissioning of Electrical Engineering Libratory Project on Turnkey Basis for AdU
500,000
Supply, Installation, Configuration, Testing and Commissioning of Electrical Engineering Libratory Project on Turnkey Basis for AdU
3
Lot-3
ICB/003/2013
Supply, Installation, Configuration, Testing and Commissioning of Chemical Engineering Libratory Project on Turnkey Basis for AdU
500,000
Supply, Installation, Configuration, Testing and Commissioning of Chemical Engineering Libratory Project on Turnkey Basis for AdU
4
Lot-4
ICB/003/2013
Supply, Installation, Configuration, Testing and Commissioning of Mechanical engineering Laboratory Project on Turnkey Basis for AdU
500,000
Supply, Installation, Configuration, Testing and Commissioning of Mechanical engineering Laboratory Project on Turnkey Basis for AdU
3. The bidders should have a valid renewed license for 2012EC, renewed Federal registration of MoWUD for 2012 EC, VAT registration, and vat declaration.
4. Bid documents can be purchased from the university with a non-refundable fee Birr 500(five hundred Birr Only).
5. Bid Documents can be obtained from- Adigrat University office of the Procurement & property Administration Building Ground Floor, Adigrat University (ADU), Adigrat, Ethiopia Tel: 03 44 45 23 18, Fax 03 44 45 21 23
6. Bids shall be valid for a period of 120 (One Hundred Twenty) days after bid opening and must be accompanied by security specified in the above table which shall be delivered to Adigrat University.
7. Closing time for submission of the bid will be at the end of 10:00 AM international time of the 45th day to be counted from the date of announcement of the tender and its opening time will be on the same day, at 10:30 AM international time. If the 45th day is not a working day, the bid will be closed and opened at the aforementioned time of the next working day.
8. A Compltitor can Purchase any of the lots and can submit more than one lot.
9. The University will post all detail and necessary information regarding this tender call on its website http://www.adu.edu.et Furthermore, the University will post all necessary changes such as time extension etc; if there is and if it is necessary, on its website Therefore, all interested applicants are requested to refer the university website throughout the period of the bid process:35
10. Adigrat University reserves the right to accept or reject any or all the bid.
Published on:Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:Bahir Dar
Remaining Time for Bid Submission
Invitation for Bids (IFBs)
Amhara National Regional State Water, Irrigation and Energy Development Bureau Bid No. BOWIED/NCB/ATWSP/WRDF-BF/ AR/01/2020
Amhara National Regional State Water Irrigation and Energy Development Bureau (hereinafter referred to as “the Promoter”) through Water Resource Development Fund has received a loan and grant from the European Investment Bank – EIB, French Development Agency – AFD, and Italian Development Cooperation – AISC or IDC (hereinafter referred to as (“the DPs”) -towards the cost of the Arerti Town Water Supply Project.
The Amhara National Regional State Water Irrigation and Energy Development Bureau now invite eligible bidders with Work Licenses in waterworks construction (WWC), for the procurement of Civil Work (Construction of civil work, Pipe laying, supply and Installation of Electro-mechanical etc) for Arerti Town WSPs. Lot noProject NamePackage Ref. NumberLocationBid Security (Birr)WoredaZone01Arerti TownBOWIED/NCB/ATWSP/ WRDF-BF/AR/01/2020AreritiN/Shewa500,000.00
Bidding will be conducted through a National Competitive Bidding (NCB) in accordance with the procedures of the World Bank and EIB Guideline Standard Bidding Documents.
A bid shall be valid for a period of One hundred Twenty (120) days after bid opening.
The bid must be accompanied by the amount of bid security as stated in the table above in the form of Bank Guarantee or CPO with a validity period not less than 120 days + 28 days.
The bid must be delivered to Amhara National Regional State, Water Irrigation and Energy Development Bureau, Water schemes construction input supply Directorate, Room No-08, One Wash National Program Unit Building, Bahir Dar, at or before 9:00 AM on September 30, 2020; and Bids shall be opened at 9:30 AM on the same date in the presence of the bidders or their legal representatives who wish to attend. Electronic Bidding shall not be permitted. Late Bids shall be rejected.
Bidders are required to submit copies of all eligible documents and licenses which are renewed for the year 2019/2020.
A complete set of bidding documents in English may be purchased directly from the Water Irrigation and Energy Development Bureau, Finance and Property Administration Directorate, room no.84, upon payment of a nonrefundable fee Birr 300 /Three Hundred birr.
The Bureau reserves the right to accept or reject all or part of the bid.
The Amhara National Regional State Water Irrigation
Published on: Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:Benishangul
Remaining Time for Bid Submission
INVITATION FOR BID
The Benishangul Gumuz Regional State, Mass Media Agency invites eligible contractors for the Construction of interior Acoustic Studio with Category of BC-5 OR GC-5 OR SC-5 and above who have registered with the relevant offices in Ethiopia and renewed their License for the year 2012 E.F. Y and have registered at the Ministry of Urban Development & Construction and who have all the required registration certificates.
Our agency now invites domestic bidders to submit sealed bids for providing the necessary labor, material and equipment for the Construction of interior Acoustic Studio, in Assosa Town.
Interested bidders shall submit the following evidence;
(a) Certificate of registration from relevant Ministry renewed for 2012 EFY with Category BC-5 OR GC-5 OR SC-5 and above and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include:
i. Renewed Trading license and tax Payer Registration
ii. Its tax clearance certificate, which states that the bidder can participate in any public tender and valid at bidding date, and VAT Registration Certificate.
4. Interested eligible bidders may obtain further information from and inspect the bidding document to at the address given below. A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 400.00 (Four hundred birr)
5. Bids shall be submitted in two separate envelopes, “Qualification Information and Bid Security” Original and Two copies in one envelope and “Financial Bid” Original and Two copies separately in another envelope and should be sealed in an outer or mother envelope.
6. Evaluation is to be carried out in two stages, Qualification information first and Financial Bids of qualified bidders next.
7. Bids must be delivered to the address below on or before 4:00 local Time in the morning on 31st day after announcement on newspaper.
8. All bids must be accompanied by a bid security of ETB 100,000.00 (One Hundred Thousand).
9. The bid security shall be an unconditional Bank Guarantee; an irrevocable Letter of Credit; Cash, check certified by a reputable bank or financial institution, or payable order Late bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/representatives who choose to attend on 31st day after announcement on newspaper at 4:30 Local Time In the morning at Addis Ababa the oflice of.
Address.: Addis Ababa Addisu Gebya ASOSSA
University Liaiso Office Near Gullele City Administration
Published on: Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:ADDIS ABABA
Remaining Time for Bid Submission
FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA
PUBLIC SERVANTS SOCIAL SECURIT AGENCY (PSSSA)
INTERNATIONAL COMPETITIVE BID FOR THE DESIGN OF PSSSA REGIONAL
CORPORATE OFFICE BUILDINGS.
The competition design is separated to TWO PACKAGES based on their plot size.
PACKAGE ONE (Harar and Jimma)
PACKAGE TWO (Hawassa and Bahir dar)
A CONSULTANT CANNOT PARTICIPATE IN BOTH PACKAGES AND ANY CONSULTANT WHO DOES SO WILL BE DISQUALIFIED IMMEDIATELY.
GENERAL
FDRE PUBLIC SERVANTS SOCIAL SECURITY AGENCY would like to invite competent CAE I consultants to undertake in the design of its corporate regional office buildings. The scope will include, but not limited to
Preparation of design document
Soil investigation
Consultancy services
Any other related duties to facilitate towards the realization of the project.
The requirement is however more detailed in a tender document which will be delivered to all interested who fulfill the criteria. Firms will be evaluated based on their demonstration of technical and financial proposals in response to the request. In addition to the information requested in the RFP interested firms must provide an updated copy of their company profile with work catalogue demonstrating their experience in similar assignments along with names of at least three (3) references with contact information (physical address, email and telephone number)
Note:- please read through the documents carefully and provide the requested information together with all the required supporting documents.
Instructions
Complete set of bid documents can be obtained from FDRE PSSSA office no 502 starting from SEP 1, 2020 with a non-refundable 500 Eth birr FOR EACH PACKAGE.
The interested consultancy firm shall present the following renewed legal documents to purchase the bid VAT certificate, TIN certificate, trade license, competency certificate.
The bid shall be valid for 90(ninety) days after bid opening
Any interested consultancy firm must have ample experience in designing projects with similar nature.
Each bid must be accompanied with Eth, birr 100,000.00 (one hundred thousand ) bid security and must be in acceptable bank guarantee, CPO and should be addressed to FDRE PUBLIC SERVANTS SOCIAL SECURITY AGENCY REGIONAL CORPORATE OFFICE DESIGN”
The deadline of bid submission is Oct 27, 2020 for PACKAGE ONE AND PACKAGE TWO at 2:00 pm
The bid will be opened in the presence of bidders or their legal representatives at 2.30 pm on the date of Oct 27, 2020 for PACKAGE ONE AND PACKAGE TWO room no. 502.
The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. The original (signed and stamped on all pages) and copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL”. All required copies of the Technical Proposal are to be made from the original. The design proposalshall be marked “ORIGINAL” or “COPY” as appropriate. The original and all copies of the design proposal shall be placed in a sealed envelope clearly marked “DESIGN PROPOSAL” satisfying the Anonymity requirements.
Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly marked “FINANCIAL PROPOSAL” followed by the procurement reference number and the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL”.
In the event of any discrepancy between the original and the copies of the Technical Proposal and Financial Proposal, the original shall prevail
The envelopes containing the Design Identification Code and Design Proposal shall be separately Sealed and Waxed only.
The envelopes containing the Bid Security, Technical Proposal and Financial Proposal shall be separately sealed, waxed, signed and stamped.
The Design Identification Code, Design Proposal, Bid Security, Technical Proposal and Financial Proposal shall be placed into an outer envelope and the envelope shall be Sealed, Waxed, Signed and Stamped.
Public servants social security agency will post all detail and necessary information regarding this tender announcement on its website, http:www.psssa. gov.et/ furthermore, the agency will post all necessary notices regarding this project on its website. Therefore all interested applicants are advised to refer the agency’s website throughout the period of the bid process.
Signed, wax sealed and stamped technical and financial proposals shall be
submitted in a plain envelope clearly marked “TENDER FOR THE DESIGN OF REGIONAL CORPORATE OFFICE BUILDING OF THE FDRE PUBLIC SERVANTS SOCIAL SECURITY AGENCY FOR PACKAGE ONE” “TENDER FOR THE DESIGN OF REGIONAL CORPORATE OFFICE BUILDING OF THE FDRE PUBLIC SERVANTS SOCIAL SECURITY AGENCY FOR PACKAGE TWO”
Failure to comply with any of the above conditions will result in automatic rejection.
The agency reserves the right to accept or reject part or all bids.
FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA, PUBLIC SERVANTS SOCIAL SECURITY AGENCY
Published on: Ethiopian Herald ( Sep 1, 2020 ) /Place of Bid Competitions:Ethiopian Herald ( Sep 1, 2020 )
Remaining Time for Bid Submission
SPECIFIC PROCUREMENT NOTICE
(PROCUREMENT OF GOODS)
Country: Federal Democratic Republic of Ethiopia
Name of the Project: Second Urban Water Supply and Sanitation Project
Credit No: 60070
Contract Title: Procurement of Supply and Installation of 8 (Eight) Submersible Pumps, Fittings and Accessories for SANF Water Supply Project
Reference No: ET-AAWSA-187951-GO-RFB
The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Second Urban Water Supply and Sanitation and intends to apply part of the proceeds toward payments under the contract for Procurement of Supply and Installation of 8 (Eight) Submersible Pumps, Fittings and Accessories for SANF Water Supply Project.
The Addis Ababa Water and Sewerage Authority, Water and Sanitation Infrastructure Development Division (AAWSA-WSIDD) now invites sealed bids from eligible bidders for the Procurement of Supply and Installation of 8 (eight) Submersible Pumps, fittings, and accessories for SANF Water Supply Project. The Delivery Place of the goods is CIP Addis Ababa Water and Sewerage Authority’s Warehouse.
Identification Number
Description of Goods
Final delivery place of the goods
ET-AAWSA 187951-GO- RFB
Procurement of Supply and Installation of 8 (eight) Submersible Pumps, fittings, and accessories for SANF Water Supply Project
CIP AAWSA’s Warehouse, Addis Ababa, Ethiopia
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): (i) Must have successfully completed the supply and delivery of at least 2(two) contracts each contract having a value of USD 1,120,000 (USD One Million One Hundred Twenty Thousand), with a similar size, nature and complexity during the last 5 (Five )years supported with the names of the clients, types and value of the contract, (ii) The bidder shall demonstrate that it has access to, or has available liquid assets, unencumbered real assets, lines of credit and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirement of USD 350,000 (USD Three Hundred Fifty Thousand) net of the applicant’s other commitments, (iii) The audited Financial Statement or if not required by the Laws of the Bidder’s country, other financial statement acceptable to the Employer for the last five Years shall be submitted and must demonstrate the current soundness of the bidder’s financial position and indicate its prospective long term profitability, and (iv) Minimum Average Annual Turnover of USD 2,100,000 (USD Two Million One Hundred Thousand), calculated as average of total certified payments received for contracts in Progress and/or completed within the last three years.
A margin of preference for goods manufactured in the Federal Democratic Republic of Ethiopia is not applicable.
Bidding will be conducted through the International Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and NonConsulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, January 2011, Revised July 2014 (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
Interested eligible bidders may obtain further information from Addis Ababa Water and sewerage Authority, Water and Sanitation Infrastructure Division, Procurement Department, and inspect the bidding documents from 8:30 am – 12:30 pm in the morning and 1:30 pm to 5:30 pm in the afternoon at the address given below.
A complete set of bidding documents in English Language 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 ETB 500.00 (Five Hundred Ethiopian Birr). Themethod of payment will be direct deposit at Commercial Bank of Ethiopia, Geja Sefer Branch, Account No: 1000338000719, or direct cash payment to counter cashier at theWater and Sanitation Infrastructure Division office.
Bids must be delivered to the address below on or before 14 October 2020, 2:00 PM. In addition to the existing provision for submission of bid bids, with a view to COVID 19, bidders have an option to submit the bid (1) by e-mail to their Embassy if they are willing to assist (2) by e-mail to their local representative along with a scanned copy of the authorization to sign (Power of Attorney (POA) the bid, and (3) by emailing the PDF copy of the bid with the Zipped files of the bid encrypted, or password-protected to the address specified in ITB 22.1 of the bid datasheet of the bidding document. 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 14 October 2020 at 2:30 PM
All bids must be accompanied by a Bid-Securing Declaration. The address referred to above is:
AAWSA, Water and Sanitation Infrastructures Development Division
Attention: Mrs. Mestawot Abebe, Head of Procurement Department
Address: Lideta Kifle Ketema Wereda 04 around Lideta
Condominium, on the Left
Side of Lideta Menafesha, Floor/ Room number: 1st floor
Published on: The Reporter ( Aug 29, 2020 ) /Place of Bid Competitions:ADDIS ABABA
Remaining Time for Bid Submission
TENDER NOTICE
The Office of the United Nations High Commissioner for Refugees (UNHCR), Representation Office in Ethiopia, Addis Ababa, invites qualified and registered Contractors / Suppliers to participate in the following tenders;
TENDER SUBJECT
CLOSING DATE
1
REQUEST FOR PROPOSAL Construction of Gymnasium, Septic Tank, Watch Tower, Walkways and Boundary Wall Works, Sewer and Water Line at the UNHCR Compound Field Office Dimma, in Gambella RFP/HCR/SOG/SUP/2020/002
1 October 2020
2
REQUEST FOR PROPOSAL – Construction of phase 1 of Gure Shombolla Health Centre, in Asossa – RFP/HCR/AA/2020/003
1 October 2020
Interested Companies are invited to collect the tender documents from the UNHCR Country office in Ethiopia, Addis Ababa, at the following address:
1. UNHCR Representation in Ethiopia,
Supply Unit, Addis Ababa
Bole road near to Ramada Hotel.
Working hours: Monday to Thursday from 09:00 – 12:00 and 14:00 – 16:00
Friday from 09:00 – 14:00
Collection period: Effective from 31 August 2020
Closing date is stated in each individual tender document.
Company Representative(s) collecting the tender documents will be required to provide a proof of affiliation with the company and provide contact details. An official company stamp is also required.
Offers must be hand delivered in a sealed envelope and deposited in the tender box located at UNHCR Branch office, Bole road near to
Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
Invitation for Bids
NOTICE OF INVITATION FOR INTERNATIONAL
COMPETITIVE BIDDERS
Reference Number: – AACB/CB/01/2013EFY
1) The Addis Ababa City Administration of Construction Bureau has allocated budget for the construction project costs and intends to apply part of this budget to eligible payments to be procured through International Competitive Bid (ICB) the following Lots;
a) Lot-1 Design and Build works of Yeka Ayat market center Building Project,
b) Lot-2 Design and Build works of Akaki Kality market center Building Project, 7) and
c) Lot-3 Construction works of Elders’ Retirement Center of Three (3) Block 2B+G+2 Dormitory Building Project
2) The projects are located in Addis Ababa City, Yeka Sub-city around Ayat site (for Yeka- Ayat market center Building Project), Akaki Kality Sub-city around Koye feche site (for Akaki market center Building Project) And Akaki Kality Sub-city (for Elders’ Retirement Center Building Project)
3) A preliminary Architectural design of the two market center Building Project and the complete design works of the Elders’ Retirement Center has already been 9 done by the Engineer. Accordingly, the works and services under these contracts consist of the development of final Architectural design in strict conformity with the preliminary design and municipality regulation, preparation of detailed engineering designs and construction of these two market center Building Projects, and construction of the Elders’ Retirement Center Building Project. The preliminary architectural design of the two market center, the complete design works of the Elders’ Retirement Center and other required documentation is attached with a complete set of bid document
4) The Addis Ababa City Administration of Construction Bureau now invites eligible bidders to submit sealed bids for procurement of providing the necessary labor, material and machinery for the Design and Build works of the two-market center building project and for the construction works of Elders’ Retirement Center Building project.
5) A complete set of Bidding Document can be purchased by interested eligible Bidders from Addis Ababa City Administration of Construction Bureau, 86 floor room number 801, of Engineering procurement directorate starting from the date of issuance or announcement of this Bid on the Ethiopian Herald newspaper upon payment of a non-refundable fee of ETB 500.00 (FiveHundred ETB) by the method of payment shall be in cash and The tender remains to be floated for forty-five 45 calendar days starting from the date of issuance or announcement of this Bid on newspaper.
6) Interested eligible bidders should have to fulfill the government guidelines and shall submit the following legal documentary evidences that demonstrating the bidder’s compliance;
a) In the case of domestic/Locally Registered bidders;
i. Relevant professional practice certificates of Registration from Ministry of Construction with Category GC-1 or BC-1, Renewed for 2012/13EFY,
ii. Valid Trade License renewed for 2012/13 EFY,
iii. Valid Tax Clearance Certificate, which indicates that the bidder can participate in any public tender & it must be valid at the deadline of bid submission date,
iv. VAT Registration Certificate,
V. Suppliers registration certificate, having been registered in the Public Procurement and Property Administration Agency’s (PPPAA) Suppliers List,
b) In case of foreign bidders or bidders other than those registered locally,
i. Appropriately submit Valid business organization registration certificate or trade license issued by the country of establishment, shall be authenticated by foreign affairs and Ethiopian embassy of foreign and/or Document Authentication and Registration Office (DARA)), and the equivalency of Relevant professional practice certificates for – Category GC-1 or BC-1 shall be approved by Ministry of Construction and, renewed for 2012/13 EFY,
ii. Valid Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the deadline of bid submission date, only if the foreign bidder already has an ongoing or completed project in the Country, Ethiopia.
7) Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:00 AM to 12:00 AM & 1:30 PM to 3:30 PM local time on working days.
8) Bidders shall submit their Bid proposal in two separated envelopes; the first envelope should labeled as “Technical Bid Proposal and Bid Security” and the second envelope should labeled as “Financial Bid Proposal”, in which of each envelope contains one original (labeled as original) & two copies (Inbeled as copy) of bid proposals separately wax sealed, stamped and signed by Legally authorized body.
9) Evaluation is to be carried out in the Bid that is found to be substantially responsive to the professional, technical, and financial qualification requirements, technically compliant in relation to the technical specifications, and with the lowest price,
10) Bids must be delivered to the address shown below on 45th day from the date of the bid announcement of this Bid on newspaper and will be closed @3:30 AM local time.
11) Each bid must be accompanied by a bid security of ETB 500,000.00 (Five Hundred Thousand ETB) in the form of unconditional Guarantee bank bid bond or Certified Cheque Payment Order (CPO) issued by or counter guaranteed by a renowned international Bank and it should be valid for 120 days from the latest deadline for the submission of bids.
12) Technical Proposal and Bid security of the bidders will be opened in the presence of bidders’ legal representatives who choose to attend, at Addis Ababa, City Administration of Construction Bureau, of Engineering Procurement Directorate Office 8th Floor Room No. 801 @4:00 AM (Morning) local time on the final date and time of bid submission as stated above.
13) Late bids will be rejected.
14)No one is allowed to participating in more than one Lot of this Bid.
15) It is not allowed to participate in this bid for the one who has taken a construction Project from this Bureau (AACB) and that has not been successfully completed 75% of the project cost.
16) Partial bid is not allowed.
17) Partial award shall not be granted.
18)No one is allowed to duplicate or transfer the bidding document that one acquired to participate under this invitation. Legally authorized agents can collect the bidding documents for each principal they are representing.
19)Bidders are seriously advised to read and comply with the instruction provided in the bidding document.
20) The Employer reserves the right to accept or reject any or all bids.
Public Body: Addis Ababa City Administration of Construction Bureau Head office
Street Address: Around 6 Kilo in front of Egypt Embassy
(Addis Ababa City Administration of Education Bureau Building)
Floor/Room number:8th Floor, Room No. 801
Tel: +251 11 8 33 30 01
P.O.Box: 14659, Addis Ababa, Ethiopia
Addis Ababa City Administration of Construction Bureau
Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Hawassa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
SNNPRS-Ethiopia Drought Resilience and Sustainable Livelihood Program (DRSLP-II)
IFB Title -Construction and Completion of Standard Primary Livestock Market Center NATIONAL COMPETITIVE BIDDING (NCB) IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/01/2020.
The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received a Loan from African Development Bank (AfDB) toward the cost of Livestock Market Infrastructures and it intends to apply part of funds to cover eligible payments under the contract for the Construction of Luqa Standard Primary Livestock Market Center Project at Bena Tsemay Woreda of South Omo Zone in the Region.
SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/GC-6 or BC-5 General Contractors Grade Six or Building Contractors Grade-5 and above for Construction of Livestock Market Center Project asstated below in the table.
S/N
Zone
Woreda
Kebele/village
Contractors Grade
Required
Remark
1
South
Omo
Bena Tsemay
Luqa
GC-6/BC-5 &
above
Completing the remaining work of the
terminated contract
3. Bidders are strongly advised to visit the project construction site before submitting their proposals.
4. Bidders who have one or more contracts in the region whose physical progress is below 80% are not eligible to participate in the bid.
5. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.
7. Bid must be accompanied by bid security of ETB 60,000.00 (Sixty Thousand Birr) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain Valid for 120 (One Hundred Twenty) days.
8. A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Birr) or in other equivalent and freely convertible currency.
9. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 local time) on 30 September-2020 GC afternoon and must be accompanied by a bid security Stated above in ETB or in other equivalent and freely convertible currency.
10. Electronic bidding will not be permitted. Late bids will be rejected.
11. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 local time) on the same date of closing at SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City
12, The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserves the right to reject all or part of the bid.
Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Published on: Ethiopian Herald ( Aug 30, 2020 ) /Place of Bid Competitions:Hawassa
Remaining Time for Bid Submission
Invitation for Bids (IFB)
SNNPRS-Ethiopia
Drought Resilience and Sustainable Livelihood Program (DRSLP-II)
IFB Title -Construction of Bani Community Water Supply Project NATIONAL COMPETITIVE BIDDING (NCB) IFB No: NCB/SSNPRS/PSSACB/DRSLP-II/Works/21/2019.
1. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau through the Government of Ethiopia has received Loan from African Development Bank (AfDB) toward the cost of Multipurpose Water Supply Infrastructure Development and it intends to apply part of funds to cover eligible payments under the contract for Construction of Bani Community Multipurpose Water Supply Project at Meinit Goldia Woreda of West Omo Zone in the Region.
2. SNNPRS Pastoral and Special Support Affairs Coordination Bureau now invites sealed bids from eligible bidders/ GC with WWC-4 or WWC-4/Water Works Construction Grade Four and above for the Construction of Water Supply Project as stated below in the table.
S/N
Zone
Woreda
Kebele/village
Contractors Grade
Required
1
West Omo
Meinit Goldia
Bani
GC with WWC-4 or
WWC-4 & above
3. Bidders are strongly advised to visit the project construction site before submitting their proposals.
4. Bidders who have one or more contracts with our bureau or in the region whose physical progress is below 80% are not eligible to participate in the bid.
5. Bidding will be conducted through National Competitive Bidding (NCB) as specified in the African Development Bank’s Guidelines and is open to all bidders from eligible source countries as defined in the Guidelines.
6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Works.
7. The bid must be accompanied by a bid security of ETB 100,000.00 (One Hundred Thousand Birr) in the form of Unconditional Bank Guarantee, CPO (Certified Payment Order) and shall remain valid for 120 (One Hundred Twenty) days.
8. A complete set of bidding documents may be purchased by interested bidders upon payment of a non-refundable fee of ETB 200.00 (Two Hundred Birr) or in other equivalent and freely convertible currency.
9. Bids must be delivered to the address stated below on or before 2:00 PM (8:00 Local Time) on 05-Oct-2020 GC afternoon and must be accompanied by bid security Stated above in ETB or in other equivalent and freely convertible currency.
10. Electronic bidding will not be permitted. Late bids will be rejected.
11. Bids will be opened in the presence of bidders’ representatives who choose to attend at 2:30 PM (8:30 Local Time) on the same date of closing at the SNNPRS Pastoral and Special Support Affairs Coordination Bureau, Hawassa City.
12. The SNNPRS Pastoral and Special Support Affairs Coordination Bureau reserve the right to reject all or part of the bid. Full Address: SNNPRS Pastoral and Special Support Affairs Coordination Bureau, P/F/P/Ad/Directorate, Near Old Bus Station, at the back of Regional Education Bureau Room No 04
Published on: Addis Zemen ( Aug 31, 2020 ) /Place of Bid Competitions:Gondar
Remaining Time for Bid Submission
Invitation to National Competitive Bid for Construction of standard B+G+1 Shop building at Azezo
Floating Date: As of September 04, 2020
Closing Date: September 25, 2020, 2:00PM
Opening date: September 25, 2020, 2:30 PM
Ethio Telecom NNWR-Gondar invites all interested eligible Bidders by this National Competitive Bid (NCB) for the procurement of standard B+G+1 Shop building Construction at Azezo
Standard B+G+1 Shop
Site Work
Septic Tank
Fence Work
G+1 Guard house (RFQ 4033162)
Interested eligible bidders may obtain further information from Ethio telecom website and inspect the bidding document upon payment of a non-refundable fee of Birr 100.00 (Birr one hundred only) in person from NNWR Regional Office, 4th Floor, during Office hours (Monday to Friday) (Gondar).
1. Sealed bids marked as: “Construction of Azezo standard B+G+1 Shop building” (RFQ 4033162)” and be addressed to:
Ethio Telecom,
NNWR Regional Office,
Gondar
Sourcing and Supply Section 4th floor
2. Bid proposal will be received at Gondar, NNWR Regional Office 4th floor before or on September 25, 2020 until 2:00 P.M. Bids presented by any bidder after the closing date shall not be accepted.
3. Bids received in time and fulfilling the other formalities shall be opened in the presence of interested bidders or their legal representatives at 2:30 P.M on September, 2020 at Gondar, NNWR Regional Office 4th floor.
4. Ethio telecom reserves the right to reject any time all or parts of this bid.
5. Bidders are seriously advised to read and comply with the instructions provided in this bidding document.
Published on: Ethiopian Herald ( Aug 29, 2020 ) /Place of Bid Competitions:Jimma University
Remaining Time for Bid Submission
INVITATION TO BID
The Federal Democratic Republic of Ethiopia, Jimma University is interested in procurement of work for which this Invitation for Bids is issued.
1.1 The Jimma University has funds within the Employer’s budget to be used for the procurement works of Doctor’s Duty Building Blocks & Health ScienceLibrary at Jimma University’s Main Campus for All Contractor of Category Grade GC1/BC1 with license valid for this Year.
Jimma University invites sealed bids from eligible bidders for the Construction work of this above mentioned project.
Bidding Will be conducted in accordance with the open national tendering procedures contained in the Public Procurement Proclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries.
Interested eligible bidders may obtain further information from Jimma University Procurement and property administration Directorate or Capital project planning & monitoring team and inspect the bidding documents atthe address given below at 8 (a) from 8: 30 am to 16: 30pm local time.
A complete set of bidding documents in English language may be purchased by any interested eligible bidder on the submission of a written application letter to Jimma University Capital Project Planning & Monitoring Team and then receiving documents from Procurement Administration Directorate upon payment of a non-refundable fee of Birr 1,000.00 (One Thousand Birr).
Bidders are instructed to submit one ORIGINAL and one PHOTO COPY of the Qualification Information Documents, and one ORIGINAL and one PHOTO COPY of the Financial Bid Documents in separate Envelope Bid bond must be attached to qualification document as ITB 24 and Bid Data sheet. Copy of documents should be photo copy of the original bid documents. And signed and sealed standard Bidding Documents (SBD) must be returned with other tender document failure to do so will result in automat rejection from tender.
Bids must be delivered to the address below 8(C) September 30/2020 (Meskerem 20, 2013) E.C at 10:00 A.M. (Morning 4:00 Local Time) late bids shall be rejected. Bids will be opened on the same date at 10:15 A.M. (4:15) Morning Local time.). In the presence of the bidders ‘ representatives who choose to attend at the address below at 8(d)
(a) Address documents may be inspected at: Jimma University Main campus (b) Address documents will be issued from: Capital Project Planning and Monitoring Team (c) Address Bids must be delivered to: Procurement Administration Directorate (d)Address of Bid Opening: Jimma University Senate hall
All bidders are required to submit bid bond ETB in the form of Unconditional Bank Guarantee, or certified payment order (C.P.O) issued by a recognized Domestic Bank and must be submitted. The Submission of the bid Security shall be in Separate envelope final sealed in the outer envelope or in the Original Technical Proposal amount of Birr 500,000.00 (Five Hundred Thousand Birr) so as to reach September 30/2020 (Meskerem 20, 2013) E.C time at 10:00 A.M. (4:00 morning Local time).
The employer reserves the right to reject any or all bids.
Partial rebate, like fixed sum and rebate on some items is not acceptable. Bidders may obtain further information from Jimma University, Procurement administration Directorate and Tel 0471-118400 at Jimma.
Published on: Ethiopian Herald ( Aug 28, 2020 ) /Place of Bid Competitions:Shashemane
Remaining Time for Bid Submission
INVITATION FOR BID
West Arsi Zone Water & Energy Resource Development Office has secured a budget for construction of Four (4) Water Supply Projects in different Woredas of West Arsi Zone.
West Arsi Zone Water and Energy Resource Development Office has secured budget from Oromia National Regional State to cover eligible payment under the contract for the construction of Civil Works, Supply, Transportation & Installation of Pipe, Fittings & Electro Mechanical of Lot-1 Hase Alke in Koffele District, Lot-2. Harago Lemano and surroundings in Nagelle Arsi District, Lot-3 Sinkile Guri in Shalla District and Lot-4 Hako-Gededo in Adaba District,all water source is from Bore-hole.
Lot-1 Water Supply Projects are open to all eligible bidders having a construction license of WWGC-5 & above and Lot-2, Lot-3 and Lot-4 Water Supply Project is open to all eligible bidders having a construction license of WWGC-4 and above renew for 2012 E.C and those currently registered with le Ministry of Construction and Urban Development, Oromia Construction Bureau, Ministry of Water, Irrigation & Electric, registration for VAT and Tax Identification number (TIN) together with written application.
West Arsi Zone Water and Energy Resource Development Office, acting as executing agency for the Projects invites Wax-sealed bids from eligible bidders for the construction of Civil Works, Supply, Transportation & Installation of Pipe, Fittings & Electro Mechanical.
Bid document purchased from Zonal Revenue office of West Arsi Zone, Shashemane, ETHIOPIA (P.O.Box 951, Tel. 251-46-110-3474/5760 Fax 251-46-1100670, for a non-refundable fee of Ethiopian Birr Three Hundred only at working hours, Commencing before August 27, 2020 GC to September 28 2020 GC. The method of payment will be in cash.
Bid shall be valid for a period of ninety (90) days after Bid opening and must be accompanied by Bid security of not less than (1%) of Contract price in the form of Bank Guarantee, CPO shall be delivered to West Arsi Zone Water and Energy Resource Development Office, the bid will be closed September 28, 2020 GC. at 10:00 AM (Morning at 4:00 Local time). and will be opened on the same day at 10:30 AM( Morning at 4:30 Local time) in the presence of the bidders or legible representative who wish to attend at the West Arsi Zone Finance and Economic Cooperation Office. Late bids shall be automatically rejected.
West Arsi Zone Water and Energy Resource Development Offices reserve full right to reject bidders with poor past work performance against their schedule project completion time, with poor work quality record and also reject those contractors currently having more than one project within the Zone, with physical progress of less than 75% and bidders listed under Black List by Oromia Water and Energy Resource Development Bureau.
Submission of Supportive documents for good reputation /past work performance/, from previous employers, is very helpful.
More than two Lot would not be awarded to a single contractor.
Completion time for the construction of work shall be One Hundred Eighty (180) calendar days for Lot-1 and Two Hundred Forty (240) calendar day for Lot-2, Lot3 & Lot-4
For further details, Zonal Water and Energy Resource Development Office may be contacted through their respective address, attach here with.
All eligible Bidders will be obliged to submit wax sealed envelopes, one original and two copies for both Technical & Financial documents and should be signed, stamped & wax sealed in separate envelops labeled as original, copy-1 & copy-2 and then sealing with Sam for each envelope separately as Technical & Financial and then summit in one large envelope and should be sealed separately Lot by Lot.
West Arsi Zone Water and Energy Resource Development Office Reserves the right to reject the bid.
Address: Tel. 251-46-110-1336/1576,
Fax 251 – 461 10 1576
(WAZWERDO), Shashemane
West Arsi Zone Water and Energy Resource Development Office
Published on: Ethiopian Herald ( Aug 27, 2020 ) /Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission
NOTICE OF INVITATION FOR BIDS
The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.
Package IV (4)
Item No
Project Name
Estimated Length Km
Payment Type
Project duration
Contract delivery
Procurement type
1
Construction works of dessie bypass road project
17.0
AC
2.5 Years
DBB
ICB
2
Construction works of combolcha bypass road project
7.11
AC
2.0Years
DBB
NCB
Note: – DBB = Design, Bid and Build; ICB = International Competitive Bidding; NCB = National Competitive Bidding; and AC = Asphalt Concrete
2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above road projects.
3. Interested bidders shall submit the following evidence:
a. In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include: i) Trading License renewed for 2012 EFY; Р
ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date; ) VAT Registration Certificate; and
iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA).
b. In case of bidders other than Ethiopians; i) Business organization registration certificate or Trade License issued by the country of establishment.
ii) Tax Clearance Certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
4. Bidding will be conducted through International Competitive Bidding (ICB) and National Competitive Bidding (NCB) procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below: Qualification and Evaluation Criteria of Package IV (4). Road Projects
4.1. Construction Works of Dessie Bypass Road Project
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 432 Million (Peak)
ETB 1.081 Billion(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 810 Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 135 Million
ETB 180 Million
3
General Construction
2 Years of firm experience under construction contracts, Joint Venture partner, Management Contractor or Sub Contractor
5 Years of firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or Sub Contractor
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 945 Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 472 Million;In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed).
A Minimum of Two (2) heavy road maintenance or Construction/rehabilitation/ up grading project each with a value of at least ETB 1.315 Billion;Within the last ten (10) years that have been successfully and substantially completed (80% Completed).
5
Grade
RC- 1or Gc-1
4.2 Construction work of combolcha bypass road project
Item/No
Qualification Criteria
Minimum Requirement
Local Bidders
Foreign Bidders
1
Annual Construction Turnover for the Last Five Years
ETB 293 Million (Peak)
ETB 734 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 550Million (Average).
2
Liquid Asset/Cash Flow Requirement
ETB 91 Million
ETB 122 Million
3
General Construction
2 Years of firm experience under construction contracts, Joint Venture partner, Management Contractor or sub
5 Years of firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4
Specific Construction Project Experience
A Minimum of One (1) road maintenance or Construction/rehabilitation/ upgrading project with a value of at least ETB 514Million; ORA Minimum of Two (2) any road maintenance or Construction/rehabilitation/ upgrading project each with a value of at least ETB 257 Million;In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed).
A Minimum of Two (2) heavy road maintenance or Construction/rehabilitation/ upgrading project each with a value of at least ETB 734Million;Within the last ten (10) years that have been successfully and substantially completed (80% Completed).
5
Grade
RC- 1or Gc-1
5. If a bidder is awarded and/or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects; and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criterion is stated in the respective bidding documents.
6. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 a.m. and 1:30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday. A complete set of bidding documents prepared in the English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of August 28, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia – Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Authority, New Building Block A, Engineering Procurement Directorate, 1st Floor, Office No. 108, Tel: +251-11-833 29 81/ 515-30-15.
7. Bidders can apply for one or for all or for any number of projects from the above-listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economic advantage.
8. Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.
9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
10. Bids must be delivered to the address, time, and date specified below. Each bid must be accompanied by a bid security of ETB 500,000.00 for each project in a format acceptable to the employer. Late bids will be rejected. One Original and five Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
11. The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Cofactor, where Cn is the value of 1 US Dollar in Birr on the 28 days prior to bid submission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.
12. For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Cofactor, 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.
13.Bids must be delivered to the address below on or before October 12, 2020, at 2:30 P.M.
Director-General
2nd Floor, Conference Room
Ethiopian Roads Authority Ras Abebe Aregay Street P. O. Box 1770
Addis Ababa, Ethiopia Tel. +251-11-551 71 70/79
Fax. +251-11-5514866
14. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids.