You are on page 1of 167

MARCH-2nd Half -2017 Vol.

24

MONTHLY ACCESS
BOARD TO ETHIOPIAN
MARKET
(Bids & Business Offers)
MAR VOL.24 2017

LIST OF BIDS & BUSINESS OFFERS

(1) The Ethiopian Electric Power invites bidders for the procurement of goods and
installation services of Mekele-Dallol and Semera-Afdera 230kV substations ...................8
(2) The FDRE, Adigrat University now invites suitably qualified bidders to submit
sealed expressions of interest for design, construction and management of waste water
treatment plant ................................................................................................................................10
(3) Ethiopian Trading Businesses Corporation, Fruits and Vegetables Trade
Business Unit invites bidders for the design, supply, installation and testing &
commissioning of Banana ripening system ...............................................................................12
(4) Assela Malt Factory (AMF) invites all interested and eligible bidders for the
procurement of IFRS implementation and consultancy service ............................................14
(5) Mekelle University invites eligible bidders to purchase laboratory equipments
16
(6) Gendawuha Cotton Ginning Factory PLC invites bidders for the design,
manufacture, supply, supervision of erection and commissioning of cotton ginning &
pressing plant with laboratory equipment at Chagni town, Amhara Region, Ethiopia ...17
(7) The African Union Commission invites bidders for the design, supply and
installation of high density Wireless LAN (WIFI) for African Union conference areas ...19
(8) Addis Ababa Water and Sewerage Authority (AAWSA) invites bidders for the
supply of motor protection relays, fueses and contractors and relays, heavy duty breakers,
power supply and transformer, chlorine & electro mechanical spare parts for Akaki Bore
Holes, Legedadi & Gefersa water treatment plant ...................................................................20
(9) Ethio telecom invites all interested and eligible bidders by this International
Competitive Bid (ICB) for the procurement of RFID based solution for fixed asset
management and attendance management system ..................................................................23
(10) The Ethiopian Public Health Institute (EPHI) invites interested suppliers/
manufacturers to submit HIV Rapid Diagnostic Kits to be considered for the validation
process 25
(11) The Pharmaceuticals Fund and Supply Agency (PFSA) invite all interested
bidders to submit their bids for the supply of medical supplies ..........................................27

2
MAR VOL.24 2017

(12) Lume Adama Farmers Cooperative Union Ltd invites to supply turn-key pasta
and macaroni complete plant with, weighbridge, plant steel structure, silos, laboratory
equipment, diesel generator and all associated accessories ...................................................29
(13) The SNNPR MINES AND ENERGY AGENCY invites sealed bids from eligible
bidders for the supply of manual sheet metal bending and manual shearing cutter
machine 31
(14) The SNNP Regional State Education Bureau (SNNPREB) intends to procure a
total of plasma TV/LED TV, steel boxes, network material and installation ......................33
(15) National Alcohol & Liquor Factory (NALF) invites all interested and eligible
bidders for new distillation plant erection works at Sebeta Branch Factory ......................35
(16) ACDI/VOCA invites bidders for the procurement of seed varieties and
vegetative planting materials .......................................................................................................36
(17) GAMBY PLC Liaison Office invites bidders for the supply of financial
consultant for asset appraisal/ property valuation service ......................................................38
(18) United Bank Share Company invites bidders for the supply of disk based
backup system appliance, VM server, HP blade server and different type of HP storage
disk 39
(19) The East Steel PLC need to import steel billets and bid from international
market 41
(20) The African Union Commission (AUC) wishes to update its supplier's database
for different categories of works, goods and services ..............................................................43
(21) Addis Ababa City Roads Authority (AACRA) invites bidders for study, design,
and construction supervision of comprehensive transport and traffic improvement
measures for Merkato Area ...........................................................................................................47
(22) Dilla University invites bidders for the procurement of various text books &
journals 54
(23) Maichew particleboard Manufacturing PLC invites all interested and eligible
bidders to participate in the bid for the supply of Urea formaldehyde resin, powder and
Melamine formaldehyde ...............................................................................................................57
(24) The Ethiopian Roads Authority invites bidders for the construction works of
road projects 59

3
MAR VOL.24 2017

(25) Request for Expressions of Interest (EoI) for technical assistance for capacity
building of additional cities .........................................................................................................63
(26) Mugher Cement Factory invites eligible bidders to participate in the bid for the
supply of gear boxes .......................................................................................................................67
(27) Request for Expressions of Interest (EoI) for technical assistance for capacity
building of additional cities in Oromia National Regional State to qualify and participate
in ULGDP II .....................................................................................................................................68
(28) Mugher Cement Factory invites eligible bidders to participate in the bid for the
supply of grate cooler to ESP connecting duct line fabrication and installation................72
(29) The Ethiopian Airports Enterprise (EAE) invites bidders for the procurement of
trunk radio communication system upgrade work at AABIA................................................74
(30) UNECA is seeking a qualified Contractor capable of upgrading existing data
center cooling and environmental control systems using Hot Aisle Containment (HAC)
with integrated monitoring and management solution...........................................................76
(31) The A.A.W.S.A Water and Sanitation Development and Rehabilitation Project
Office invites bidders for the supply and installation of dams instrumental materials and
rehabilitation works of Legedadi and Dire Dams ....................................................................79
(32) UNDP Ethiopia invites bidders for consultancy service on development,
broadcast/ publishing and monitoring of original SDG media .............................................81
(33) Defence Construction Enterprise (DCE) invites bidders for the procurement of
earthwork including clearing and grubbing, roadbed preparation, excavation,
embankment construction and finishing of slopes of Mekelle-Dangolat- Samre- Finarwa
Road Project 83
(34) Defence Construction Enterprise (DCE) invites bidders for the procurement of
earthwork including clearing and grubbing, roadbed preparation, excavation,
embankment construction and finishing of slopes ..................................................................85
(35) Awash International Bank S.C. invites sealed bids from eligible bidders for the
consultancy service for End-to-End Enterprise Network and Security Design ..................87
(36) The Afar National Regional State Finance and Economic Development Bureau
invites bidders for the procurement of service rig & truck mounted chain type crane & air
compressor and double cup ..........................................................................................................89

4
MAR VOL.24 2017

(37) SNNPRS South Omo Zone Water, Mines and Energy Department invites
bidders for the construction of water supply and sanitation project ....................................91
(38) The Ministry of Urban Development and Housing has been seeking
Expressions of Interest (EoI) from eligible firms to provide technical assistance for
capacity building of additional 32 cities in Amhara National Regional State to qualify
and participate ULGDP II .............................................................................................................94
(39) Addis Ababa City Government Public Procurement and Property Disposal
Agency invites bidders for the procurement of kids amusement goods used by Addis Zoo
Park center 98
(40) Habesha Cement Share Company (HCSC) invites bidders for the upgrading of
cement ball mill internal along with the supply of the required materials for upgradation
99
(41) The Office of the United Nations High Commissioner for Refugees (UNHCR)in
Addis Ababa, Ethiopia, invites invites bidders the construction of conference hall, gym
block and laundry house in Gambella ..................................................................................... 101
(42) Dashen Bank invites all interested bidders for the supply of the pass book,
vacuum cleaner, surge arrester, stand fan and painting work at Dashen Bank Lideta 1 & 2
own building ................................................................................................................................. 103
(43) Dilla University invites bidders for the procurement of various laboratory
equipment, apparatus, materials & furniture .......................................................................... 105
(44) The Ministry of Urban Development and Housing Building invites eligible
consultants for consultancy service for the establishment of urban land development &
supply corporation ........................................................................................................................ 111
(45) The Agricultural Transformation Agency invites sealed bids from eligible and
qualified bidders for the procurement of server and server accessories ............................ 114
(46) TBO Printing and Publishing S.C invite interested and eligible International
bidders for the supply, installation, commissioning and training of printing machinery
and equipment............................................................................................................................... 116
(47) The United Nations Economic Commission for Africa (ECA) in Addis Ababa,
Ethiopia hereby seeks suitable contractors with to express their interest for the provision
of upgrading existing data center cooling and environmental control systems using hot

5
MAR VOL.24 2017

aisle containment solution with integrated monitoring and management solution ....... 117
(48) Messebo Cement Factory PLC. (MCF PLC) invites eligible bidders for the
supply of different bicycle spare parts & others ..................................................................... 120
(49) The Oromia Water, Mineral & Energy Bureau now invites eligible consulting
firms (“Consultants”) to contract administration & construction supervision towns’ of
water supply and sanitation projects construction ................................................................. 122
(50) The Ethiopian Construction Works Corporation invites bidders for Expression
of Interest for Asset Revaluation & Inventory and Human Resource Development Policy
& Strategy 124
(51) The Tigray Bureau of Water Resource invites for the procurement of pipe
supported Irrigation system construction of Raya Alamata Woreda (RPW-29 & RPW-85)
126
(52) Bedele Brewery s.c. would like to invite bidders for the sale of obsolete spare
part Items located at its brewery Site ........................................................................................ 128
(53) Harar Brewery s.c. would like to invite potential biddders for the sale of
obsolete spare part Items located at its brewery Site ............................................................. 130
(54) Request For Expressions Of Interest consultant services for GEQIP II
comprehensive evaluation (mid term and exit evaluation) .................................................. 132
(55) Tigray Region Water Resources Bureau invites bidders for the procurement of
deep well drilling.......................................................................................................................... 137
(56) Ethio telecom invites all interested and eligible bidders by this International
competitive Bid (ICB) for the procurement of sealed battery .............................................. 139
(57) Ethio telecom invites all interested eligible bidders by this International
competitive Bid (ICB) for the procurement of "Organizational Health Assessment" ..... 141
(58) The Oromia Water, Mineral & Energy Bureau invites eligible consulting firms
(“Consultants”) to contract administration & construction supervision towns’ of water
supply and sanitation projects construction ............................................................................ 143
(59) The ministry of Urban Development and Housing invites bidders to submit
sealed expression of interest for data center renovation and standardization .................. 145
(60) Selam Bus Line Share Company invites all interested Bidders for the supply of
heavy duty Weigh bridge to be installed at Selam Bus Line Share Company Mekelle

6
MAR VOL.24 2017

branch compound ......................................................................................................................... 148


(61) Awash International Bank S.c. invites sealed bids from eligible bidders for the
supply of Point of sale machines (POS) ................................................................................... 150
(62) Commercial Nominees pic would like to invite eligible bidders for the supply
of Ready-made over coats and rain coats.................................................................................. 152
(63) The Federal Democratic Republic of Ethiopia Pharmaceuticals Fund and
Supply Agency (PFSA) invite all interested bidders to submit their bids for the
procurement of syphilis RPR test kit ........................................................................................ 154
(64) Ethio telecom invite all interested and eligible bidders for the procurement of
word press plugins and themes.................................................................................................. 156
(65) Sugar Corporation invites suitably qualified & eligible bidders to submit
wax-sealed bid for the provision of consultancy services for ERP and AMS
implementation ............................................................................................................................. 157
(66) The Central Statistical Agency (CSA) of FDRE Planning Commission invites
bidders for the procurement of general IT support, preventive and corrective
maintenance service of data center ............................................................................................ 159
(67) Mizan-Tepi University Teaching Hospital now invites sealed bids from eligible
bidders for the construction works............................................................................................ 161
(68) The SNNP Regional Water & Irrigation Development Bureau now invites
sealed bids from local or international eligible bidders for water supply and sanitation
project 163

7
MAR VOL.24 2017

(1) The Ethiopian Electric Power invites bidders for the procurement of goods
and installation services of Mekele-Dallol and Semera-Afdera 230kV substations

Tender Closing Date Apr 24, 2017 02:00 PM

Tender Opening Date Apr 24, 2017 02:30 PM

Document Price Birr 1000.00

Tender Bond USD 200,000

Sector/Product Power

Ethiopian Electric Power


Telephone: +251-111-58 05 97
Buyer Facsimile number: +251-1 1 1-55 08 22
Electronic mail address: EEP@ethionet.et
Addis Ababa, Ethiopia

Tender No. EEP/PMO/ICB/04/2017

Description
1 . This invitation for bids follows the general procurement notice for this project that
appeared in United Nation Development Business, no. AfDB 641 -06/16 of 23 June, 2016.

2. The Government of Federal Democratic Republic of Ethiopia has received a loan from
the African Development Bank in various currencies towards the cost of
implementing the Mekele-Dallol and Semera-Afdera Power Supply for Industrial
Development and Access Scale up Project (MDSAPIAP). It is intended that part of the
proceeds of this loan will be applied to eligible payments under the contract for the
Procurement of Goods and Installation services ofMekele-Dallol and Semera-Afdera
230kV Substations.

3. The Ethiopian Electric Power now invites sealed bids from eligible bidders for the
Procurement of Goods and Installation services of:
o Lot 1: Mekele-Dallol 230kV Substation, and

8
MAR VOL.24 2017

o Lot 2: Semera-Afdera 230kV Substation.


4. Interested eligible Bidders may obtain further information from and inspect the
bidding documents at the office.

5. A complete set of bidding documents may be purchased by interested bidders on the


submission of a written application to the above and upon payment of a nonrefundable
fee of Ethiopian Birr 1000.00 (One thousand Birr) or its equivalent in a freely
convertible currency for each Lot.

6. The provision in the Instructions to Bidders and in the General Conditions of Contract
are the provisions of the African Development Bank Standard Bidding Document for
Procurement of Goods & Works

7. Bids for each individual lot must be delivered to the above office on or before 2:00 P.M.
local time, on 24 April 2017 and must be accompanied by a Bid security of USD
200,000 (Two hundred thousand Dollars) or its equivalent in freely convertible currency.

8. Bids will be opened in the presence of bidders representatives who choose to attend
on 24 April 2017 at 2:30 pm. local time at the office.

9
MAR VOL.24 2017

(2) The FDRE, Adigrat University now invites suitably qualified bidders to
submit sealed expressions of interest for design, construction and management
of waste water treatment plant

Tender Closing Date Apr 11, 2017 10:00 AM

Tender Opening Date Apr 11, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product Waste water treatment plant

Adigrat university procurement & property Administration


Adigrat university
Buyer

Adigrat, Tigray

Tender No. Not mentioned

Description
Procurement Method: Two -Stage Bidding The FDRE, Adigrat University has allocated
funds and intends to apply part of the proceeds of these funds towards the cost of Design,
Construction and Management of Waste Water Treatment Plant.
The FDRE, Adigrat University now invites suitably qualified bidders to submit sealed
expressions of interest for Design, Construction and Management of Waste Water
Treatment Plant. The main objective of the assignment is to perform Engineering
Design, Construction and Administration of packaged Waste Water Treatment Plant for
Adigrat University. The bidder should be suitably qualified with waste water system
design, effluent handling and waste water system construction. The bidder should
demonstrate suitable knowledge in the monitoring and managing of waste water
management plant or system, and ability to work independently or with limited
supervision and to operate effectively in a team environment. Participation is open to all
international and local eligible bidders who have proven experience in design,
construction and administration of similar complex projects.

10
MAR VOL.24 2017

Standard form for submission of Expression of Interest (EOI) can be purchased from
Adigrat University with a non-refundable fee of Birr 100 (One Hundred Birr Only).
Completed Expressions of Interest shall be submitted back to the University. Short
listing criteria necessary to evaluate proposals for pre-qualification are available in the
standard form. Bidders may associate with other firms in the form of a Joint Venture or
a sub-contract or a sub-consultancy to enhance their qualification.

Expressions of Interest must be delivered to the address before 4:00 local time of the
31th day and its opening time will be on the same day at 4:30 local time of the 31th day
is not working day, the bid will be closed and opened at the aforementioned time of the
next working day.
The University will post all detail and necessary information regarding this invitation
on its website http://www.adu.edu.et Furthermore, the University will post all necessary
changes such as extension of time 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 process. Adigrat University reserves the right to accept or reject any or
all the Expression of Interests.

Adigrat University is not responsible for any expenses incurred in preparing and
submitting responses to this invitation.

11
MAR VOL.24 2017

(3) Ethiopian Trading Businesses Corporation, Fruits and Vegetables Trade


Business Unit invites bidders for the design, supply, installation and testing &
commissioning of Banana ripening system

Tender Closing Date Apr 28, 2017 02:30 PM

Tender Opening Date Apr 28, 2017 02:30 PM

Document Price Birr 200.00

Tender Bond Birr 40,000.00

Sector/Product Banana ripening system

Ethiopian Trading Businesses Corporation


Tel. 011-440 36 13/011-443 12-76, Fax. 011-440 35 79
Buyer
E-mail: ethiopse@gmail.com
Addis Ababa, Ethiopia

Tender No. ET-ETBC-PCSU/FVTBU/ICB-45/2017

Description
1 . Ethiopian Trading Businesses Corporation, Fruits and Vegetables Trade Business
Unit has allocated funds to be used for Design, Supply, Installation, and Testing &
Commissioning of Banana Ripening System.

2. The Ethiopian Trading Businesses Corporation, Procurement and Consultancy


Service Unit on Behalf of Fruits and Vegetables Trade Business Unit now invites sealed
bids from eligible and qualified Firm/Bidder (s) for the procurement of: Design,
Supply, Installation, Testing & Commissioning of Banana Ripening System.

3. Bidding will be conducted through the International Competitive Bidding (ICB),


Procedures specified in the Public Procurement and Property Administration Agency,
and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

4. Interested eligible bidders may obtain further information from the Procurement and

12
MAR VOL.24 2017

consultancy service unit at the address given below from 8:30 A.M. to 12:00 noon and
1:30 P.M. - 5:00 P.M. (Local Time).

5. A complete set of bidding documents in English may be purchased by interested


bidders as of March 14, 2017 Monday-Friday 8:30A.M. - 12:00 noon and 1:30 P.M. to
5:00P.M. On the submission of a written application to the address below and upon
payment of a non refundable fee of Birr 200.00 or an equivalent amount in a freely
convertible currency. The methods of payment will be cash or cashier’s check.
• Domestic Bidders who intends to bid by their own can get the bid document up on
the submission of a confirmation letter stating that they will bid by their own
capacity only.
• Foreign bidders who do not have local agent in Ethiopia and wishes to get the
bidding document, the document will be sent by registered airmail if required so by
the bidder, but under no Circumstances will PCSU be held responsible for late
delivery or loss of the document so Mailed.
• For Local Agents who represent a foreign bidders, it is a mandatory requirement to
submit an Authorization letter from their respective Principals along with the
local agent letter in order to purchase the bid document)
6. The Bidding Documents will be sent by 1st class mail for overseas bidders who send
Bank Draft of Birr 400.00 (ETB Four Hundred) or USD 25.00 (USD Twenty Five) or an
equivalent amount in a freely convertible currency in addition to the price of the
document to the address given below.

7. Bids must be delivered to the address below at or before 2:30 P.M. (Local Time) on
April 28, 2017. Electronic bidding will not be permitted. Late bids will be rejected. Bids
will be opened in the presence of the bidders/ representatives who choose to attend in
person at the address below at 2:30 P.M. (Local Time) on April 28, 2017. Bids must be
accompanied by a bid security of ETB 40,000.00 (Birr Forty Thousand), or an equivalent
amount in a freely convertible currency in CPO, or Bank Guarantee counter guaranteed
by Local Bank.

13
MAR VOL.24 2017

(4) Assela Malt Factory (AMF) invites all interested and eligible bidders for the
procurement of IFRS implementation and consultancy service

Tender Closing Date Apr 5, 2017 11:00 AM

Tender Opening Date Apr 5, 2017 11:30 AM

Document Price Birr 100.00

Tender Bond Birr 10,000.00

Sector/Product IFRS consultancy

Assela Malt Factory,


Tel: +251-22-331-17-99 Assela
Buyer +251-1 15-54-29-06 Addis Ababa
Fax: +251-022-331-11-60
Assela Ethiopia

Tender No. AMF/NCB/08/ 2009 E.C

Description
1. Assela Malt Factory (AMF) invites all interested and eligible bidders for the
Procurement of IFRS Implementation and Consultancy service.

2. A complete set of bidding documents can be obtained from our Liaison Office located
at Addis Ababa Mexico Square- Coffee and Tea Plantation Building Ground Floor
and/or from Assela Malt Factory around Assela town at Kulumsa Kebele up on payment
of none- refundable fee Birr 100.00 (One Hundred Birr) or equivalent in any freely
convertible currency starting from the first announcement of this Invitation to Bid on
Reporter newspaper and the Ethiopian Herald during office hours:
• Monday to Friday Before noon 2:00-6:00, Afternoon. 7:00- 10:00 (Ethiopian Local
Time)
• Saturday Before noon 2:00-6:00 (Ethiopian Local Time)
3. Foreign bidders who do not have local agents in Ethiopia and wishes to get bidding
documents directly can get it by mail, in person or through their Embassies in Ethiopia

14
MAR VOL.24 2017

up on the payment of non-refundable fee amount stated in No. 2 above.

4. Bidders must accompanied by bid security of birr 10,000.00 (Ten Thousand birr) in
the form of CPO or an unconditional bank guarantee. Security issued by foreign banks
shall be counter guaranteed by the Ethiopian Commercial banks.

5. Bids must be submitted to Assela Malt Factory our Liaison Office Located in Addis
Ababa; Mexico Square-Coffee and Tea Plantation building ground Floor in the tender
box prepared for this purpose on or before April 05, 2017: before noon 5:00 (Ethiopian
Local Time)
• Closing date & time of the bid: April 05, 2017 before noon 5:00 (Ethiopian Local
Time)
• Opening date & time of the bid: April 05, 2017 at 5:30 (Ethiopian Local Time)
6. The bidder shall seal the original and copy of the financial and technical offers in
separate envelopes duly marking. as “original and “copy” of financial and technical
offers” and shall seal both in an outer envelope.

7. Bids will be publicly opened at Addis Ababa our liaison office with the presence of the
bidders or their legal representatives.

8. Failure to comply with any of the conditions above shall result in automatic rejection.

9. Our factory reserves the right to accept or reject any or all bids.

10. If interested eligible bidders need further information from Assela Malt Factory, they
can obtain through the addresses.

15
MAR VOL.24 2017

(5) Mekelle University invites eligible bidders to purchase laboratory


equipments

Tender Closing Date Apr 1, 2017 9:30 AM

Tender Opening Date Apr 1, 2017 10:00 AM

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Laboratory equipments

Mekelle University
Buyer
Mekelle, ETHIOPIA

Tender No. ICB 003/2009 E.C

Description
Mekelle University floated a tender to purchase laboratory equimpemnt's
o LOT-1: forestry and soil Laboratory equipment's
o LOT-2: biotechnology and physiology laboratory equipment's and
o LOT-3: animal and food science laboratory equipment's from national and
international bidders on Ethiopian herald which was published on January
26,2017.
1. because ofmany requests from bidders, Mekelle University has extended the opening
date of the bid for 21 days to be counted from the last date of submission stated on
the previously published newspaper (Ethiopian herald January 26/, 2017), its closing
and opening time will be on the 21th day at 9:30 A.M & 10:00 A.M respectively, if the
21th day is not a working day, the bid will be closed and opened at the aforementiond
time of the next working day.

16
MAR VOL.24 2017

(6) Gendawuha Cotton Ginning Factory PLC invites bidders for the design,
manufacture, supply, supervision of erection and commissioning of cotton
ginning & pressing plant with laboratory equipment at Chagni town, Amhara
Region, Ethiopia

Tender Closing Date Apr 25, 2017 02:00 PM

Tender Opening Date Apr 25, 2017 02:30 PM

Document Price Birr 2,000.00

Tender Bond 2%

Sector/Product Cotton ginning & pressing plant

GENDAWUHA COTTON GINNING FACTORY PLC

Seller Tel.; 251 582220958; Mobile: +251 91 8 341 034,


E-mail address: gendawuhaginnery@gmail.com

Tender No. GCGF/ICB/ 001/2017

Description
GENDAWUHA COTTON GINNING FACTORY PLC invites sealed bids from interested
eligible and qualified international bidders for the design, manufacture,
supply, supervision of erection and commissioning of Cotton Ginning & Pressing Plant
with Laboratory Equipments at Chagni town, Amhara Region, Ethiopia. Eligible
bidders shall fulfill the following requirements.
1. All interested eligible bidders are required to provide renewed Trade license, Tax
payers registration certificate, VAT registration certificate and foreign bidders
must submit business organization registration certificate or trade license issued
by the country of establishment.
2. Bidders can purchase a complete set of bidding document at TIRET Liaison Office,
Ethio-China Friendship road, Ambasel building, First floor, Room number 101,
Addis Ababa Ethiopia, up on non-refundable payment of Ethiopian Birr 2,000.00
(Two thousand Birr).

17
MAR VOL.24 2017

3. Eligible bidder shall provide their proposal accomplished by a bid security having
an amount of 2% in a form of Cash Payment Order (C.P.O) or Unconditional
bank guarantee.
4. Bidders shall provide their technical proposal, financial proposal and bid security
in separate envelopes. Each of the documents shall have ‘Original’ and
'Copy’ . Bidders shall write as "TECHNICAL ORIGINAL", "TECHNICAL COPY”,
“FINANCIAL ORIGINAL” AND “FINANCIAL COPY".
5. Bidders shall provide their documents starting from the first date of this
advertisement for 45 days, to TIRET Addis Ababa Liaison Office and the
bidder should send the bid document in sealed envelope written in English and
with the organization stamp.
6. The bid will be closed on 45th date at 2:00 PM and the bid will be opened in front of
bidders or their local representatives on 45th date at 2:30 PM. If it is a holiday or
weekend it will be opened on the next working day at TIRET Addis Ababa Liaison
Office Ethio-China Friendship road, Ambasel building, First floor room number
101 .
7. If bidders want additional information they may obtain with the following
address. Tel.; 251 582220958; Mobile: +251 91 8 341 034, E-mail
address: gendawuhaginnery@gmail.com
8. GENDAWUHA COTTON GINNING FACTORY PLC reserves the right to accept or
reject any or all bids.

18
MAR VOL.24 2017

(7) The African Union Commission invites bidders for the design, supply and
installation of high density Wireless LAN (WIFI) for African Union conference areas

Tender Closing Date Apr 7, 2017 03:00 PM

Tender Opening Date Apr 7, 2017 03:00 PM

Document Price Free

Tender Bond Not mentioned

Sector/Product IT

African Union Commission

Buyer Tel+251 115517700; Email; tender@africa-union.org


Building C, 3rd Floor, P.O. Box 3243, Addis Ababa, Ethiopia

Tender No. AUC/MIS/G/77

Description
DESIGN, SUPPLY AND INSTALLATION OF HIGH DENSITY WIRELESS LAN
(WIFI) FOR AFRICAN UNION CONFERENCE AREAS
The African Union Commission has reserved some funds towards the procurement of
the above mentioned services.

The African Union Commission now invites bids from interested bidders to provide the
following services:

More details on the above requirements are provided in the bid document.

Interested bidders can collect the bid document from the African Union website:
http://www.au.int/en/bids.
Proposals must be submitted no later than Friday 7th April 2017 at 15:00 hours. Late
bids will be rejected and returned/ unopened to bidders.

19
MAR VOL.24 2017

(8) Addis Ababa Water and Sewerage Authority (AAWSA) invites bidders for
the supply of motor protection relays, fueses and contractors and relays, heavy duty
breakers, power supply and transformer, chlorine & electro mechanical spare parts
for Akaki Bore Holes, Legedadi & Gefersa water treatment plant

Tender Closing Date Apr 18, 2017 10:00 AM

Tender Opening Date Apr 18, 2017 10:30 AM

Document Price Birr 200.00

Tender Bond Not mentioned

Sector/Product Relays, Fueses, Breakers, Transformer, Chemicals, Spares

Addis Ababa Water & Sewerage Authority (AAWSA)


Addis Ababa, Ethiopia
Buyer

Tender No. ICB/ GOV/G002/2017

Description
Addis Ababa Water and Sewerage Authority (AAWSA) invites interested bidders to
participate in the tender for the supply of:

o Lot 1: Motor protection relays, Fueses and Contractors and relays,


o Lot 2: Heavy Duty Breakers, Power Supply and Transformer,
o Lot 3: Nowa chlorination pump and mpe 1 75,300 pump spare parts,
o Lot 4: Chlorine & Electro Mechanical Spare Parts For Akaki Bore Holes,
Legedadi & Gefersa Water Treatment Plant,
o Lot 5: Spare Parts for water meters test benches.
1. The bid documents shall be purchased from the Procurement Support Sub-Process
during office hours against payment of nonrefundable fee of Birr 200.00 (Two
Hundred) for local suppliers and an equivalent amount of money for foreign suppliers,
upon presentation of registration certificate from Ministry of Finance and Economic

20
MAR VOL.24 2017

Development of Ethiopia, renewed trade License for the current year, tax clearance
certificate & VAT registration certificate for local suppliers and business organization
registration certificate or trade license issued by the country of establishment for
foreign suppliers.

2. The bid shall be submitted in two envelopes: 1 . Technical envelope 2. Financial


envelope. One original and one copy.

3. Interested eligible bidders may obtain further information at the office of A.A.W.S.A
Procurement Support sub-process Located, at Megenagna, next to Customs Authority
Head Office, on the road to old 24 Kebele, P.O.BOX 1 505, Addis Ababa, Ethiopia, and
Tel. +251 01 1 662001 0/01 1 6624972/1 802, Fax: +251 01 1 6623924, E-mail:
aawsaprocu@gmail.com.

4. The bid must be accompanied by a bid security of Birr 75,000.00 (Seventy five
Thousand) for lot one and four (for each), Birr 50,000.00 (Fifty thousand) for lot two,
three and five (for each), in the form of certified payment order (C.P.O) or a bank
guarantee (counter guaranteed by a local bank if it is from outside the purchaser’s
country) or Cash. Bid security should be in a separate envelope and be submitted in the
tender box together with the Bid documents.

5. All eligibility certificates should be found in the original technical document envelope
and are submitted in the tender box on or before the closing date.

6. The procuring entity reserves the right to increase/decrease by 20% the goods
indicated in the tender document.

7. The winner supplier shall furnish 1 0% of the contract amount as performance bond
within 15 days as of the contract signing date.

8. The bid must be deposited in the tender box prepared for this purpose at or before

21
MAR VOL.24 2017

10:00 AM. on April 18, 2017.

9. The bid will be opened in the presence of bidders and/or their official representatives
who wish to attend on April 18, 2017 at 10:30 AM.

10. The Authority reserves the right to accept or reject the bid partially or wholly.

22
MAR VOL.24 2017

(9) Ethio telecom invites all interested and eligible bidders by this International
Competitive Bid (ICB) for the procurement of RFID based solution for fixed
asset management and attendance management system

Tender Closing Date Apr 13, 2017 05:00 PM

Tender Opening Date Apr 14, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product RFID base solutions

Ethio telecom,
Buyer
P. O. Box 1047, Addis Ababa, Ethiopia.

Tender No. 3568033

Description
Ethio telecom invites all interested and eligible bidders by this International
Competitive Bid (ICB) for the procurement of RFID Based Solution for Fixed Asset
Management and Attendance Management System with RFQ No. 3568033 to sign
contract agreement with the finally awarded bidder (s). The bid remains floating from
March 17, 2017 to April 13, 2017.
Bid documents can be obtained from ethio telecom Head Office, Room No. 203 during
office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00
(Birr One Hundred only).

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 Head Quarter, 2nd Floor and Room No.
203. Sealed bids marked as:"Tender for the Supply of RFID Based Solution for Fixed
Asset Management and Attendance Management System with RFQ No. 3568033"
Bid proposal will be received at the Churchill Road, Head Quarter 2nd Floor, Room
No.214, before or on April 13, 2017 until 5:00 P.M. Bids presented by any bidder after
the closing date shall not be accepted.

23
MAR VOL.24 2017

1. Bids received in time and fulfilling the other formalities shall be opened in the
presence of interested bidders or their legal representatives on April 14, 2017 at
10:00 A.M, at Churchill Road, Head Quarter 2nd Floor, Room No.213.
2. Partial bid is not allowed.
3. Bidders are seriously advised to read and comply with the instructions

provided in this bidding document


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

24
MAR VOL.24 2017

(10) The Ethiopian Public Health Institute (EPHI) invites interested suppliers/
manufacturers to submit HIV Rapid Diagnostic Kits to be considered for the
validation process

Tender Closing Date Apr 14, 2017

Tender Opening Date No Specific Opening Day

Document Price Free

Tender Bond Not mentioned

Sector/Product HIV Rapid Diagnostic Kits

Ethiopian Public Health


Buyer P. O. Box 1242 or 5654
Addis Ababa

Tender No. Not mentioned

Description
"The Ethiopian Public Health Institute (EPHI) is planning to validate HIV Rapid
Diagnostic kits for the establishment of national HIV Rapid Testing algorithms.
Therefore, EPHI invites interested suppliers/manufacturers to submit HIV Rapid
Diagnostic Kits to be considered for the validation process which shall fulfill the
following criteria:

1. World Health Organization (WHO) prequalified and/or approved for Global Fund
procurement.
2. Kits are complete with at least the following materials in package: Kit package
insert, lancet, alcohol swab, sample transfer pipette/dropper, running buffer.
3. Shelf-life of the test kits should be for at least one year.
4. Submission of Letter/s of Authorization from the manufacturer/s of the kit/s
submitted is mandatory for suppliers.
Suppliers/manufacturers that have products which fulfill all of the above requirements
are herewith invited to submit complete kits of the same lot number sufficient to test

25
MAR VOL.24 2017

800 specimens to EPHI at the National HIV/AIDS Laboratory Building, First Floor,
Office Number 1 within 30 calendar days starting from the date of this announcement in
The Ethiopian Herald or Addis Zemen Newspapers. Note should be taken that EPHI
will immediately start with the validation process if at least seven different HIV kits are
received by the 30th calendar day.
Any communication or inquiry related to this announcement shall only be made in
writing via e-mail at hivrdtvalidation@googlegroups.com or letter to The Director
General

Note: This announcement, along with a form with details on delivery and receipt of kits,
is posted on EPHI, Pharmaceuticals Fund & Supply Agency and Public Procurement &
Property Administration Agency of the Federal Democratic Republic of Ethiopia
websites: http://www.ephi.gov.et, http://www.pfsa.gov.et & http://www.ppa.gov.et,
respectively.”

26
MAR VOL.24 2017

(11) The Pharmaceuticals Fund and Supply Agency (PFSA) invite all
interested bidders to submit their bids for the supply of medical supplies

Tender Closing Date Apr 4, 2017 02:00 PM

Tender Opening Date Apr 4, 2017 02:30 PM

Document Price Birr 300.00

Tender Bond Birr 2000.00

Sector/Product Medical supplies

Pharmaceuticals Fund and Supply Agency (PFSA)


P.O. Box: 21904, Telephone: +251-11-2763270
Buyer Fax number: +251-11-275 25 55
Addis Ababa, Ethiopia

Tender No. ICB/PFSA6/GF/ETH-HHAPCO/ STI/COND/HIV/MS/01/17

Description
1. The Federal Democratic Republic of Ethiopia Pharmaceuticals Fund and supply
agency (PFSA) invite all interested bidders to submit their bids for Medical
Supplies.
2. Interested eligible bidders may obtain further information from Pharmaceuticals
Fund and Supply Agency, Tel: +251 -11 276 3270/ 276 32 66, Fax:+251 -11 -275 25
55, Addis Ababa, Ethiopia and inspect the Bidding documents at the address given
below from 8:30 AM -1 2:30 PM and 1:30 PM -5:30 PM from Monday to Friday,
except on public holidays.
3. A complete set of bidding documents 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 nonrefundable fee Ethiopian Birr 300.00 (Three Hundred
Birr) or equivalent in a freely convertible currency. Those who want the bid
document to be sent by a Courier Service shall pay an additional amount of ETB
2000.00 or equivalent in a freely convertible currency for a Courier Service charge
or send a prepaid Courier Service Coupon. The method of payment will be in cash,

27
MAR VOL.24 2017

or Cashier's Payment Order (C.P.O.), or direct deposit to PFSAA/C No. 01 720861


831 00 with Commercial Bank of Ethiopia Gullele Branch.
4. Bids must be delivered to the address below on or before April 04, 2017 at 2:00 P.M
local time. Late bids will be rejected. Bids will be opened in the presence of bidders
or their representatives,who choose to attend in person at the Conference Hall of
the Agency on April 04, 2017 at 2:30 PM local time.
5. Bid must be accompanied by a fixed Bid Security as indicated in the bidding
document.
6. The agency reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids, at any time prior to award of contract without there by
incurring any liability to the affected bidder or bidders or any obligation to inform
the affected bidder or bidders on the ground for the company’s action.
7. Evaluation criteria-detailed in the bidding document.

28
MAR VOL.24 2017

(12) Lume Adama Farmers Cooperative Union Ltd invites to supply turn-key
pasta and macaroni complete plant with, weighbridge, plant steel structure, silos,
laboratory equipment, diesel generator and all associated accessories

Tender Closing Date May 12, 2017 10:00 AM

Tender Opening Date May 12, 2017 10:30 AM

Document Price Birr 250.00

Tender Bond 2%

Sector/Product Pasta & Macaroni complete plant

Lume Adama Farmers Cooperative Union Ltd


Tel: +251 22 116 15 81/82
Mobile +251 913 02 06 58
Buyer +251 911 39 95 95/0935 99 35 26/27/28
Email: Tadeleabdi@gmail.com
kassahuawen@gmail.com
Addis Ababa, Ethiopia

Tender No. Not mentioned

Description
Lume Adama Farmers Cooperative Union Ltd invites a sealed bid from International
manufacturers to supply turn-key pasta and macaroni complete plant with,
Weighbridge, plant Steel Structure, Silos, Laboratory Equipment, Diesel Generator and
all associated accessories for the 36ton/day capacity. Bid documents can be obtained
from Lume Adama Farmers Cooperative Union office Found at Oromia Regional
State, Eastern Shoa Zone, Modjo Town in front of Cooperative Bank of Oromia. During
office hours, starting from March 14 to May 12, 2017 Up on payment of 250 ETB,
Deadline for bid submission shall be on May 12, 2017 at 10:00 am.

Bid will be opened in the presence of bidders/representative on May 12, 2017 at 10:30
am

29
MAR VOL.24 2017

Bidders shall present Copy of their renewed trade license, Renewed registration trade
license certificate, Tax identification number, Valid tax clearance certificate, Vat
registration certificate, 2% bid security of the total bid price in the form of CPO or Bank
Guarantee, Bidders are strictly advised to adhere the terms and conditions set in the
tender document.

Partial offer results bid rejection Incomplete Methodology, Incomplete Profile and CVs,
Absence of Local Agent, Absence of Local and international references and others will be
examined strictly.

Bidders must provide visual aid profiles which show the work shop, the working process,
the material used for machinery and the related. Deviations from bid documents will
result rejection

The L.A.F.C.U reserves the right to accept or reject any or all bids at any time

30
MAR VOL.24 2017

(13) The SNNPR MINES AND ENERGY AGENCY invites sealed bids from
eligible bidders for the supply of manual sheet metal bending and manual shearing
cutter machine

Tender Closing Date Mar 29, 2017 02:30 PM

Tender Opening Date Mar 29, 2017 03:00 PM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product Machines

SNNPR MINES AND ENERGY AGENCY


Tele: 046-820 93 09
Buyer Fax: 046-220 39 39
Hawassa, Ethiopia

Tender No. Not mentioned

Description
The Southern Nations, Nationalities & People's Regional State Mines and Energy
Agency now invites sealed bids from eligible bidders for the supply of:

s.no Item Specification Unit Qty


Max work in length 1020mm

Max, clamping bar lift 47mm

Folding angle 0-1350


Packing size 146x62x127cm

Sheet thickness 2.5mm,with range


1 Manual Pcs 1
(0-2.5mm) including 2.5mm
Sheet Metal
Bending N.W/G.W 285KG

31
MAR VOL.24 2017

Suitable for Copper, Aluminum, Alloy,


carbon Steel, Stainless steel

Model HS-1000 Pcs 1

Manual Sheet thickness 1.5mm


Shearing
2 Bed width 100mm
Cutter
Machine N.W/G.W KG 70/80

Packing size 138x30x80cm

1. Bidders may obtain a set of tender documents with specification, upon payment of
nonrefundable birr 100.00(one hundred birr) from Procurement, finance &
property administration supportive process Room No.-2at MEA
2. Each bid shall be accompanied by a certified bid guarantee of payable to the MEA,
in the form of CPO.
3. Bidders are invited to be submit financial & technical proposals original 1 & 2 copy
separately enclosed in a wax-sealed envelope to the Procurement, finance &
property administration supportive process Room No-at 2 MEA within 15
days from the day of consecutive bid announcement until 2:30 PM in the bid box,
which is arranged at the procurement service.
4. Bids will be opened in the presence of bidders or their authorized representatives
on the same date at 3:00 PM at the Procurement, finance & property
administration supportive process. If the 15th day of the bid opening lies on the
Ethiopian Holiday the closing and opening day will be on the next working day at
3:00 PM.
5. Availability of stock shall be considered as an advantage.
6. The MEA reserves the right to reject all or parts of the bid.
7. The bidders may obtain further information from SNNPR MINES AND ENERGY
AGENCY Procurement, finance & property administration supportive process

32
MAR VOL.24 2017

(14) The SNNP Regional State Education Bureau (SNNPREB) intends to procure
a total of plasma TV/LED TV, steel boxes, network material and installation

Tender Closing Date Apr 29, 2017 02:00 PM

Tender Opening Date Apr 29, 2017 02:30 PM

Document Price Birr 200.00

Tender Bond Birr 300,000.00

Sector/Product LED TV, Networking & Installation

SNNPRS Education Bureau


Buyer
Hawassa, Ethiopia

Tender No. SNNPRSEB/2017/ICB/01

Description
Re-Invitation
1. The SNNP Regional State Education Bureau (SNNPREB) intends to procure a total of
2500 Plasma TV/LED TV, 2500 Steel Boxes, Network material and installation:
LOT 1
• 1250 Plasma TV/LED TV, 1 250 Steel Boxes, Network material and installation for
(125 Schools in Silte, Guragie, Benchie Maj ie, Keffa, Sheka, Hadiya, Konta,
Dawro Zone)
LOT 2
• 1250 Plasma TV/LED TV, 1 250 Steel Boxes, Network material and installation for
(120 Schools in Gadio, Gamo GoffaWolitta, Sidama, Hawassa, Kembata
Tembaro, Segen, Halaba, South Omo Zone)
The Bureau needs to purchase the above materials and installation using International
Competitive Bidding (ICB) using the Regional Government Budget. Hence, the Bureau
hereby invites all eligible bidders to submit sealed bids for the above Tender.

2. Bidders may purchase a complete set of bidding documents from the office of SNNPRS
Education Bureau, Room No. 201 , Tel 0462 220 96 37, Hawassa upon payment of a

33
MAR VOL.24 2017

non-refundable fee of Birr 200.00 from the first announcement date on The Ethiopia
Herald newspaper from 2:30 to 6:30 and 7:30 to 11 :30 local time from Monday to Friday.

3. Bids should be accompanied by a bid security of not less than 300,000 birr/three
hundred thousand birr/ of the bid amount in the from of either a certified check or
bank guarantee from banking institute

4. Bids will be closed on the 46th continuous day of the announcement on The Ethiopian
Herald at 8:00 local time and opened on the same day at 8:30 local time in the presence
of bidders or their legal representatives at the SNNPRS- BoE Hall No. 207. If the 46th
day is not a working day it will held on the next working day at 8:30 local time.

5. The Bureau reserves the right to accept or reject any or all bids

34
MAR VOL.24 2017

(15) National Alcohol & Liquor Factory (NALF) invites all interested and
eligible bidders for new distillation plant erection works at Sebeta Branch
Factory

Tender Closing Date Mar 30, 2017 10:00 AM

Tender Opening Date Mar 30, 2017 10:30 AM

Document Price Birr 115.00

Tender Bond 2%

Sector/Product Distillation plant erection

National Alcohol & Liquor Factory


P.O. Box: - 3516 Fax: - 0115-513299
Buyer Tel: - 0115-516999, 0115-517937
Addis Ababa

Tender No. NALF 05/2017

Description
National Alcohol & Liquor factory invites all interested and eligible bidders for new
distillation plant erection works at Sebeta Branch Factory.
1. A complete set of bid document can be obtained against payment of non refundable
fee of Birr 115/One hundred fifteen/ from the main cashier at head office.
2. The bid must be accompanied by a bid security 2% of the total offer in the form of
CPO or bank guarantees. Bid documents shall be submitted in the separate sealed
envelopes labeled “original” and “copy” both for technical and financial proposals.
3. The bid bond will be sealed in separate envelop and marked bid bond.
4. The closing date is March 30, 2017 at 10:00 AM and the bid will be opened at the
same date at 10:30 AM in the conference hall in the presence of the bidders or their
legal representatives.
5. National Alcohol & Liquor factory reserves the right to reject any or all bids.

35
MAR VOL.24 2017

(16) ACDI/VOCA invites bidders for the procurement of seed varieties


and vegetative planting materials

Tender Closing Date Mar 27, 2017 05:00 PM

Tender Opening Date No Specific Opening Day

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Planting materials

ACDI/VOCA
Tel.(251-11) 662 0685
FaxL251 11)662-0699
Buyer Email: procurement@ acdivocaeth.org.
Post office Box 548 code 1110
Addis Ababa, Ethiopia

Tender No. Not mentioned

Description
With the donation secured from the USDA, ACDI/VOCA- Ethiopia is implementing the
Feed Enhancement for Ethiopian Development Project - Phase II (FEED II) over a
period of approximately 3 years and 8 months.

ACDI/VOCA is soliciting proposal from qualified and interested bidders for the
acquisition of feed processing plant as specified in the RFQ.
Bids are being requested for Seed Varieties and Vegetative Planting Materials. Seed and
planting materials are living entity. Eligible bidders should be applying pre-harvest
and post-harvest management ethics. Initial seed source should be determined which
enables to identify quality of seeds and seed production and using certified seeds. Both
pre-harvest and post- harvest management principles shall be in place to avoid
quality adulteration in the production field and quality deterioration in the poor storage
conditions. Seed uniformity (in color, shape, size and maturity), physical purity (free

36
MAR VOL.24 2017

from damaged seeds, other weed seeds and inert materials) and germination capacity
are the basic seed quality parameters.

- A total of five (6)types of forage seeds and five (5) types of vegetative planting materials
will be procured through this bid announcement.

Interested bidders can collect the RFQ document from the address indicated below
during working hours (8:15 am to 12:15 pm and 1:15 pm to 5:15 pm) from 'Monday -
Friday starting from March 13th 2017. Proposal submission deadline is March 27th
2017, 5:00 PM EAT .

37
MAR VOL.24 2017

(17) GAMBY PLC Liaison Office invites bidders for the supply of
financial consultant for asset appraisal/ property valuation service

Tender Closing Date Apr 25, 2017 04:00 PM

Tender Opening Date Opening date not specified

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Asset valuation service

GAMBY PLC
Tel: +251-920-061483 / +251- 918-765556
Buyer
e-mail: gebeyawt@yahoo.com
Addis Ababa

Tender No. GAMBY 001/2017

Description
Tenders are invited for Consultancy Service which involves:
• Appraising company's current total asset
• Processing and getting registered of the appraised asset before
relevant Government Offices.
Tenders will close at 4 pm on Tuesday 25 April 2017.

Tenders must be delivered to the places where the bid documents have been collected.
The company has legal right to cancel this tender fully or partially at any time during
the process .

38
MAR VOL.24 2017

(18) United Bank Share Company invites bidders for the supply of disk
based backup system appliance, VM server, HP blade server and different type
of HP storage disk

Tender Closing Date Apr 11, 2017 05:00 PM

Tender Opening Date Apr 12, 2017 10:00 AM

Document Price Birr 200.00

Tender Bond Not mentioned

Sector/Product IT

United Bank S.C.


Buyer Tel. 011 4655222 ext. 212 and 211 or 011 4706541
Addis Ababa, Ethiopia

Tender No. UB/044/2017

Description
United Bank Share Company would like to invite interested venders to bid for the
supply of supply & related services of the following Items;

S/N Description Unit Qty


1 Disk Based Backup System Appliance Pcs 1

2 VM Server Pcs 1

3 HP Blade Server Pcs 1

4 Different type of HP Storage Disk Pcs 20

Interested bidders shall submit their proposals as per the following conditions.

1. A complete set of Bidding documents can purchased by interested bidders upon


payment of Birr 200.00 (two hundred) after 3 (three) days of this bid
announcement for the first time.

39
MAR VOL.24 2017

2. Bidders can obtain the bid document from Procurement Division, which is located
at Debrezeit road around Global Hotel Mikwor Plaza building basement floor.
3. Interested bidders are advised to review the bid document carefully before
preparing & submitting their bids.
4. Bids must be submitted on or before April 11, 2017 5:00 P.M.
5. Each bid must be presented in a sealed envelope and strictly in accordance with
the instruction to bidders indicated in the bid document.
6. The bid will be opened at United Bank S.C. Head Office located at Mekwor Plaza
Bldg 1st floor in Conference Room at presence of bidders or their representatives
who choose to attend in the bid opening on April 12,2017 at 10:00 A.M.
7. Failure to observe the instruction & conditions provided in the bid document will
constitute grounds for rejection of. the bidder from competition.
8. The Bank reserves the right to cancel the bid partly or totally.

40
MAR VOL.24 2017

(19) The East Steel PLC need to import steel billets and bid from
international market

Tender Closing Date No Specific Closing Day

Tender Opening Date No specific opening day

Document Price Free

Tender Bond Not mentioned

Sector/Product Steel billets

EAST STEEL PLC

Seller E-mail:wenqi520@hotmail.com
ADDIS ABABA, ETHIOPIA

Tender No. 2016 - 09

Description
Re-Tender
1. The East Steel PLC is steel manufacturing factory; we produce rebar from size 8mm
to 32mm. Our annual output is 300,000 tons. Now we need to import 5250 tons of steel
billets and bid from international market. For detailed information please check below,
the price you offer should be FOB or CFR price.

Description: Steel Billets


• Prime/Non-Prime: Prime
• Total Quantity: 21,000MT
• Thickness (MM): 150
• Width (MM): 150
• Length (MM): 12,000 or 6,000 MM
Delivery Time: April to June

2. A complete set of bidding documents in English language can be get by interested


bidders from our E-mail, during office hours, if you want to get the bidding documents,

41
MAR VOL.24 2017

please send E-mail to wenqi520@hotmail.comwith your detailed information (company


name, contactor, telephone number)

3. East Steel PLC reserves all rights to accept or reject any or all bids or cancel the
tender without giving reasons thereof.

42
MAR VOL.24 2017

(20) The African Union Commission (AUC) wishes to update its supplier's
database for different categories of works, goods and services

Tender Closing Date No Specific Opening & Closing Day

Tender Opening Date No Specific Opening & Closing Day

Document Price Free

Tender Bond Not mentioned

Sector/Product Goods & Services supply to AUC

African Union Commission,


e-mail: vendor.registration@africa-union.org;
Buyer Tel: +25111 551 7700 Fax: +25111 5510442
Addis Ababa, Ethiopia;

Tender No. Not mentioned

Description
1. Background
The African Union (AU), established as a 'unique Pan African continental body,
is charged with spearheading Africa's rapid integration and sustainable development by
promoting unity, solidarity, cohesion and cooperation among the peoples of Africa and
African States as well as developing a new partnership worldwide. Its Headquarters is
located in Addis Ababa, capital city of Ethiopia and fifteen regional offices across Africa.

The African Union Commission, the secretariat of the AU has allocated funds in
addition to contributions from development partners' towards procurement for works,
goods and services for both the headquarters and its regional offices
In seeking to achieve the above, the AUC wishes to update its supplier's databasefor
different categories of works, goods and services. The categories are:

a. Stationery and office consumables

43
MAR VOL.24 2017

b. Computers, IT Equipment & Accessories

c. Promotional/Gift Items

d. Design and Printing Works

e. Furniture and Fittings

f. Office Equipment and Consumables

g. Electrical Materials

h. Medical Supplies & Laboratory Materials

i. Maintenance of Vehicle Services

j. Packing, Forwarding and Clearing

k. Advertising Services

l. Car Rental Services

m. Networking Services

n. Uniforms

o. Construction and related works

p. Audio-visual Equipment and Services

44
MAR VOL.24 2017

q. Ushering and event organizing services

r. Catering Service Providers

s. Accommodation and Conference Package Services


2. Eligibility

The invitation is open to all Suppliers/Contractors from all UN and AU member states.

Applicants must not be under a declaration of suspension for corrupt,


fraudulent, collusive, coercive or obstructive practices in the current & in the past from
AU, UN, World Bank & Other Public Institutions.

The African Union Commission now calls for registration from eligible companies that
wish to provide any of the above services. Interest companies are required to download
the registration form from http://au.int/en/bids. The registration form can also be
obtained from African Union Commission; 3rd Floor, Building C.

3. Communication and Enquiry

4. Submission of Registration Form

Registration form with attached Company profile and other documents indicated in the
form must be submitted.
The Chairperson, Tender board,

African Union Commission,

Roosevelt Street, P.O. Box 3243,

45
MAR VOL.24 2017

Addis Ababa, Ethiopia

Fax +251-15-51 04 30/5 -52 58 40


All applications receipt would be evaluated base on the company's
general qualifications and relevant experience.

The companies that best meets our requirements would be registered in the database
and would be contacted from time to time whenever business opportunities arise.

46
MAR VOL.24 2017

(21) Addis Ababa City Roads Authority (AACRA) invites bidders for study,
design, and construction supervision of comprehensive transport and traffic
improvement measures for Merkato Area

Tender Closing Date Apr 4, 2017 05:00 PM

Tender Opening Date Apr 4, 2017 05:00 PM

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Traffic improvement system

Addis Ababa City Roads Authority (AACRA)


P.O.Box 9206
Buyer Tel:+251-11-3-72-89-40
Fax: +251-11-371-29-82
E-mail: lian.urban@gmail.com

Tender No. ET-AARTB-5966—CS-QCBS

Description
The Government of Federal Democratic Republic of Ethiopia has received
financing from the World Bank to improve the transport system in the city of Addis
Ababa. The Addis Ababa City Administration represented by the Addis Ababa City
Roads and Transport Bureau (AACRTB) has allocated Part of the proceedings towards
the cost of consultancy service for the "Study, Design, and Construction Supervision
of Comprehensive Transport and Traffic Improvement Measures for Merkato
Area". AACRTB has delegated Addis Ababa City Road Authority (AACRA) to
administer the financial and procurement management of the project, while Addis
Ababa Transport Programs Management Office (TPMO) to lead the technical
management of it. AACRA, thus, invites eligible consulting firms to express their
interest for the services aforementioned. The primary objective of the consulting
services (“the Services”) “Study, Design, and Construction Supervision of
Comprehensive Transport and Traffic

47
MAR VOL.24 2017

Improvement Measures for Merkato Area” are:


• Develop Conceptual Design
• Preparation Of Detailed Engineering Design
• Preparation Of Tender Documents And
• Conduct Construction Supervision During Implementation Generally, to achieve
the above stated objectives, the Consultant is required to execute the following
tasks to at least the level of details stated under each task within the study area.
Besides, the Consultant is required to take into account design principles and
considerations while designing street elements.
TASK I: DEVELOP CONCEPTUAL DESIGN

The Consultant is required to;

(i) Review previous related studies

(ii) Gather current and planned information about land use and underground utility
lines.

(iii) Collect existing condition data about the road infrastructure, traffic characteristics,

trip characteristics, freight transport characteristics and public transport service

characteristics and perform data analysis with interpretation;

(iv) Perform road safety assessment on the whole network within the boundary

(V) Prepare the bench mark for all the public infrastructure facilities and
traffic management operation.

(Vi) Create alternative solutions as a concept plan for economic analysis

48
MAR VOL.24 2017

(vii) Select the best solution and present the developed final conceptual design with all
the analyses to the Client for review and approval. The review process may require the
Consultant to go back and gather extra information, or simply to adjust the Conceptual
Design.

TASK II: DETAILED ENGINEERING DESIGN

Once the conceptual design is accepted by TPMO/PIU, the Consultant should proceed to
the detailed engineering design of street elements and traffic management
improvement scheme. In this regard the Consultant is required to:

(i) Carry out detail street scape and street geometric designs with street lighting system;

(ii) Carry out drainage structures and other utility lines alignment design which
are subjected to change by design;

(iii) Carry out pavement design (for carriageway and walkway) which include, but not
limited to, the following;

. Carry out soil and material investigation;

. Carry out pavement condition survey;

. Carry out pavement design.

(iv) Carry out detail traffic management scheme) design which include, but not
limited to, the following;

. Include sustainability and safety concepts from pedestrians’ flow perspective

49
MAR VOL.24 2017

. Carry out Intersection detail designs

. Design traffic controlling mechanisms

. Suggest enforcement mechanisms and methods

(V) Carry out detail public transport route and terminal design.

(vi) Propose locations of loading and unloading bays for freight transport demand
and carry out detail design of those bays.

(vii) Prepare land acquisition and resettlement action plan if any;

TASK III PREPARATION OF TENDER DOCUMENTS

The Consultant is required to prepare the following documents based on the final
approved detailed engineering designs and drawings.
i. Bill of Quantities,

ii. Engineer’s Cost Estimates,

iii. Technical Specifications, and

iv. Tender documents

Besides, the Consultant should assist the Client in procurement procedures which
include;

a) Support the Client for organizing the bid opening, the evaluation ofBids,
andpreparation of bid evaluation report.

50
MAR VOL.24 2017

b) Assist the Client to propose appropriate replies to all questions raised by bidders.

c) Assist the Client in contract award, contract negotiation, preparation and finalization

of contracts submission for review by the Client, through to signature of thecontracts.

TASK IV: CONSTRUCTION SUPERVISION

The main objectives of the consultancy services for construction supervision is to make
every suggested detail works conscientiously satisfy to the highest
professional standards. The role of the Engineer/Engineer’s representative, as defined
under the Work and to supervise the construction works (on behalf ofTPMO/PIU)
throughout the entire cones traction phase, including the defect liability (maintenance)
period.

i. The Consultant is required: To ensure that the conestraction implementation


works are carried out in accordance with the contract technical specification
engineering drawings

contract prices, within the intended completion times or any approved


amendments thereto, and meet the certified standard quality of the end product;

ii. To assist the Client in managing all contractual relations with the various
Contractors;

iii. To review all technical and contractual documents submitted by the Contractors;

iv. To guarantee optimum utilization of natural resources during construction to ensure


minimum adverse effect on the environment as well as on the society for sustainable
socio-economic activity;

51
MAR VOL.24 2017

V. To plan and prepare a traffic management scheme that can guarantee optimum space
utilization with a minimal impact on the socio-economic activity of the surrounding
during the entire construction period

The expected time of commencement of these assignments will be August


2017. Duration of the services:

The Intended Completion Date of the services are as follow:

* For Detailed Engineering Design including Preparation of Tender Documents Service


(Mission 1 to Ill) is 8 (Eight) months from the date of commencement of the services
and/or such other time as the parties may agree in writing, and

* For Construction Supervision Service (Mission V) is 24 (Twenty Four) months from the
date of commencement of the service or such other time as the parties may agree in
writing and an additional one year defects liability period.

AACRA now invites eligible consulting firms (“Consultants”) to express their interest in
providing the services. Interested Consultants should provide
information demonstrating that they have the required qualifications and relevant
experience on Study, Design, and Construction Supervision of Comprehensive Transport
and Traffic Improvement Measures. Firms may include any relevant information that
may indicate their experience and relevance for the assignment. This may include:
brochures, core business, years of experience in the business, description of similar
assignments, experience in similar conditions, technical and managerial organizational
structure of the firm, number of key staffs, availability of appropriate skills among staff,
general qualification etc.).

The following criteria will be used to assess the Expression of Interest documents;

* Core business and years in business : the consultant should have been in business for

52
MAR VOL.24 2017

at least ten (10) years.

* Specific Experience on Study, Design, and Construction Supervision of


Comprehensive Transport and Traffic Improvement Measures; and experience in
similar conditions. The consultant shall also have executed at least three contracts of
similar nature and size.

* Technical capability and managerial organization of the firm

* General qualifications and number of key staff as well as availability of


appropriate skills among staff necessary for successful implementation of the
assignment (no need to provide CVs)

The attention of interested Consultants is drawn to paragraph 1 .9 of the


Bank’s Guidelines: Selection and Employment of Consultants under IBRD loans
&IDA credited & Grants World Bank Borrowers. January 2011 (Revised July 201
4)‘ consultant guidelines” setting forth the World Bank’s policy on conflict of
interest Consultants may associate with other firms in the form of a joint venture or a
sub consultancy to enhance their qualifications. The Expression of Interest should
clearly specify the type of relationship the consultants propose to establish
A consultant will be selected in accordance with the procedures set out in the World
Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans & IDA
Credits & Grants by World Bank Borrowers January 2011 (Revised July 201
4) “Consultant Guidelines” through a Quality and Cost Based Selection (QCBS).

Further information can be obtained at the address below during office hours: from
09:00 AM to 12:30 AM hours and from 2:00 P.M to 5:00 PM hours, Mondays to
Thursdays and 09:00 AM to 11:30 AM and 2:00 PM to 5:00 PM hours on
Fridays. Expression of Interest must be delivered in three (3) hard copies or
electronically to the address below (in person, or by mail) on or before April 4,2017 Addis
Ababa City Road and Transport Bureau (AACRTB)

53
MAR VOL.24 2017

(22) Dilla University invites bidders for the procurement of various text
books & journals

Tender Closing Date May 4, 2017 02:30 PM

Tender Opening Date May 4, 2017 02:30 PM

Document Price Birr 400.00

Tender Bond Not mentioned

Sector/Product Text books & journals

Ethiopian Trading Businesses Corporation,


P.O. Box 7858, Telephone No. 011-440 36 13/011-443 – 12-76

Buyer Fax No. 011-440 35 79


E-mail: ethiopse@gmail.com
Addis Ababa, Ethiopia

Tender No. ET- ETBC-PCSU/DU/ICB-42/2017

Description
1. Dilla University has allocated funds to be used for the procurement of Various Text
Books & Journals.

2. Ethiopian Trading Businesses Corporation, Procurement & Consultancy Service Unit


(PCSU) on behalf of Dilla University now invites sealed bids from eligible and qualified
Firms/ Bidder(s) for the procurement of:
Lot no. Description No of line items Qty
(text books )
1 College of social and humanities 541 Various

2 School of law 77 Various

3 College of business and economics 454 Various

54
MAR VOL.24 2017

4 College of agriculture and natural 290 Various


resource

5 Engineering 653 Various

6 Physics 53 Various

7 Mathematics 181 Various

8 Sport science 204 Various

9 College of natural and computational 114 Various


science

3. Bidding will be conducted through the International Competitive Bidding (ICB)


Procedures specified in the Public Procurement and Property Administration Agency,
and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

4. Interested eligible bidders may obtain further information from the Ethiopian
Trading Businesses Corporation, Procurement & Consultancy Service Unit at the
address given below from 8:30 am. to 1 2:00 noon and 1:30pm. - 5:00pm. (Local Time).

5. A complete set ofBidding Documents in English may be purchased by interested


bidders as of March 20, 201 7 Monday-Friday 8:30 am. - 12:00 noon and 1:30 pm to
5:00pm. 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 only) for all Lots or an
equivalent amount in a freely convertible currency. The method of payment will be cash
or cashier’s check.

Domestic

Bidders who intends to bid by their own can get the bid document up on submission of a
confirmation letter stating that they will bid by their own capacity only.

55
MAR VOL.24 2017

Foreign bidders who do not have local agents in Ethiopia and wished to get bidding
document, the document will be sent by registered airmail if required so by the bidder,
but under no Circumstances will PCSU be held responsible for late delivery or loss of the
document so Mailed.

For Local Agents who represent foreign bidders, it is a mandatory requirement to


submit an Authorization letter from their Principals along with the local agent letter in
order to purchase the bid document.

6. The Bidding Documents will be sent by 1st class mail for overseas bidders who send
Bank Draft of Birr 600.00 (ETB Six hundred) or USD 30.00 (USD Thirty) or an
equivalent amount in a freely convertible currency in addition to the price of the
document to the address given below.

7. Bids must be delivered to the address below at or before 2:30 pm. (Local Time) on May
4, 2017. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be
opened in the presence of the bidders/ representatives who choose to attend in person at
the address below at 2:30 pm. (Local Time) on May 4, 2017. All bids must
be accompanied by a bid security of Lot l- ETB 60,000.00 (Sixty Thousand Birr), Lot 2-
ETB 5,000.00 (Five Thousand Birr), Lot 3- ETB 50,000.00 (Fifty Thousand Birr), Lot 4-
ETB 30,000.00 (Thirty Thousand Birr), Lot 5- ETB 70,000.00 (Seventy Thousand Birr),
Lot 6- ETB 5,000.00 (Five Thousand Birr), Lot 7- ETB 15,000 (Fifteen Thousand
Birr), Lot 8- ETB 15,000.00 (Fifteen Thousand Birr), Lot 9- ETB 10,000 (Ten Thousand
Birr) or an equivalent amount in a freely convertible currency in CPO, or Unconditional
Bank Guarantee.

8. The purchaser reserves the right to reject any or all bids.

56
MAR VOL.24 2017

(23) Maichew particleboard Manufacturing PLC invites all interested and


eligible bidders to participate in the bid for the supply of Urea formaldehyde resin,
powder and Melamine formaldehyde

Tender Closing Date Apr 18, 2017 02:00 PM

Tender Opening Date Apr 18, 2017 02:30 PM

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Chemicals

Maichew Particleboard Manufacturing Plc


Tel. +251-011 5529963/0912959846/0914 70 53 29
Buyer Fax. +251-011 553 01 50, P.O. Box 1877 Code 1110
Addis Ababa

Tender No. MPF 001/20829/06/2017

Description
Maichew particleboard Manufacturing PLC invites all interested and eligible bidders to
participate in the bid for the supply of: -

No. Code No. Description Remark


1 Urea formaldehyde resin, powder 640,000 kg

2 Melamine formaldehyde 20,000 kg

1 . Interested bidders can obtain the bid document from our branch office upon payment
of non-refundable birr 100.00 (one hundred birr) from the date of issuance of this bid on
Ethiopian Herald and on the Amharic reporter news paper.

2. Bidders must submit a photocopy of currently renewed and valid business license.

3. All bidders must be accompanied by a bid security of 2% on the total price offered for

57
MAR VOL.24 2017

the materials in the form of bank guarantee or C.P.O.

4. Bidders should submit their offer referring bid no. MPF 001 /20829/06/2017 in a
sealed envelope indicating their financial and technical offers up to April 18, 2017 until
2:00 Pm.

5. Bid will be opened in the presence of bidders or their representative on April 18, 2017
at 2:30 PM.

6. Bidders should submit their samples before the due date (Closing Date).

7. Maichew Particleboard Manufacturing Plc reserves the right to accept or reject any or
all bids.

58
MAR VOL.24 2017

(24) The Ethiopian Roads Authority invites bidders for the construction
works of road projects

Tender Closing Date May 1, 2017 02:30 PM

Tender Opening Date No Specific Opening Day

Document Price Birr 750.00

Tender Bond Birr 500,000.00

Sector/Product Road construction

ETHIOPIAN ROADS AUTHORITY


Buyer Addis Ababa, Ethiopia

Tender No. Not mentioned

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

2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for
providing the necessary labour, 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 5 of tables below, renewed
for 2009 EFY and other appropriate documentary evidences demonstrating the bidder’s
compliance, which shall include:

i) Trading License renewed for 2009 EFY; and

59
MAR VOL.24 2017

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

iii) 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.

4. Bidding will be conducted through a National and International Competitive Bidding


procedures as per 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:
5. If a bidder is awarded and /or recommended for award of any works contract/s by
ERA since September 1st, 2016 inclusive, the qualification criteria for the
construction turnover will be the aggregate of the criteria of the subject project; and that
of the awarded contract/s and/or those recommended to be awarded. A detailed
qualification criteria is stated in the respective bidding documents.

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

A complete set of bidding documents prepared in English language may be purchased


by interested bidders on the submission of a written application to the address below
and a nonrefundable fee of ETB 750 or USD 40 for each project, effective as of March
17, 2017. 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. 01 71 5-331
44600. Address: Ethiopian Roads Authority, Engineering Procurement Directorate, 2nd

60
MAR VOL.24 2017

floor, Room No. 207, Tel: 251 -11 -551 50 02.

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

8. Bidder shall submit their Bids in two envelopes, the first envelop labeled as
“Qualification Information and Bid Security” and the second envelope “Financial Bid”,
separate sealed and the two envelopes sealed in on other outer envelope.
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. The bids
must be accompanied by a bid security of ETB 500,000.00 for each project. Late bids
will be rejected. One Original and five Copies of the bids have to be submitted.
The Qualification information and Bid Security will be opened immediately after
the submission deadline in the presence of bidders’ representatives who choose to
attend, at the address below.

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

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

61
MAR VOL.24 2017

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 May 01 , 2017 at 2:30
P.M. Director General, 4th 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.

62
MAR VOL.24 2017

(25) Request for Expressions of Interest (EoI) for technical assistance for capacity
building of additional cities

Tender Closing Date Mar 31, 2017 05:30 PM

Tender Opening Date No Specific Opening Day

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Technical assistance

Urban Revenue Enhancement, Fund Mobilization and


Finance Bureau;

Buyer Ministry of Urban Development and Housing;


Email: urefmf@gmail.com : Telephone: 251-1 15- 54-12-77;
Addis Ababa, Ethiopia.

Tender No. MUDH/ULGDP II/C-046/2016

Description
Request for Expressions of Interest for Technical Assistance for Capacity Building of
Additional 30 Cities in South Nations Nationalities Peoples Regional State - SNNPRS
(19 Cities), Tigray National Regional State (4 Cities), Somali National Regional State (6
Cities) and Afar National Regional State (1 city) to Qualify and Participate ULGDP II

The government of the Federal Democratic Republic of Ethiopia has received a credit
from the International Development Association (IDA) toward the financing of the
Second Urban Local Government Development Program (ULGDP II). The Ministry of
Urban Development and Housing, the program implementing agency, intends to apply a
portion of the proceeds of this credit to eligible payments under the contract for which
this Request for Expressions of Interest is issued.
The overall objective of ULGDP II is to enhance the institutional performance of
participating Urban Local Governments in developing and sustaining urban
infrastructure and services.

63
MAR VOL.24 2017

The ULGDP 11 became effective on July 11, 2014 and closes on December 31 , 2019. The
Ministry of Urban Development and Housing has been seeking Expressions of Interest
from eligible firms to provide Technical Assistance for Capacity Building of Additional
31 Cities in South Nations Nationalities Peoples Regional State-SNNPRS (19 Cities),
Tigray National Regional State (4 Cities), Somali National Regional State (6 Cities) and
Afar National Regional State (1 city) to Qualify and Participate ULGDP II.

The Objective of the Assignment is to provide technical assistance for building the
capacity of 31 Cities in SNNPRS (1 9 Cities), Tigray National Regional State (4 Cities),
Somali National Regional State (6 Cities) and Afar National Regional State (1 city) to
enable them to qualify and participate in the Second Urban Local Government Program
(ULGDP II) and also to improve their performance in regard to the other performance
measures/indicators of the program as stated in the Annual Performance Assessment
Guideline (APAG).

The Consultants will also review and revise some of the manuals, guidelines, templates
being used by regions and cities on the program.
Scope of Work

The guiding principle is that the Consultants are required not only to design and advise,
but also implement the scope of works in partnership with the federal and regional
government teams and Urban Local Governments. The tasks to be carried out by the
Consultants are as follows:

During the inception period, the Consultants Will carry out a situation analysis
and capacity gap analysis for the 30 cities which provide them an understanding
of where the cities are in terms of all urban management issues and
program performance measures. This will assist the Consultants in further developing
their work plans to address these issues and gaps. The Consultants will produce a draft
Situation Analysis and Capacity Gap Analysis Report as well as a Work Plan.

64
MAR VOL.24 2017

The Consultants’ top priority for the 30 cities will be to build their capacity by carrying
out activities and implementing systems that will ensure that all the cities fulfill the
Minimum Conditions stated in the guideline which would gain them entry into the
ULGDP ll. The consultants will therefore draw from best international and local
practice on urban management and assist all the 30 cities to fulfill each of the above
minimum conditions. It is expected that the 30 cities will be assessed on these Minimum
Conditions in the 6th Annual Performance Assessment which is scheduled for
September 20l6. The assessment is done by a separate independent consultant procured
by MUDH.
Scheduling/Timetable

It is envisaged that the assignment will be completed within twelve months from
commencement. If necessary and based on performance and mutual agreement,
contracts of the team or a selected subset of team members may be extended or renewed.
It involves 1 9 experts of various disciplines. From the beginning up to the end of the
assignment, the Consultant will produce different Reports. And the Consultant will also
submit to those reports as well as 21 Synthesis Report to MUDH and World Bank.

All the tasks will be specified and detailed in the Terms of Reference and Request for
Proposals to be provided to the short listed firms. The work is expected to take l8 months,
while the estimated time to be spent by each team member will be specified in the Terms
of Reference.
Additional Information

Experience in Sub-Saharan Africa is essential and familiarity with Ethiopia will be


advantageous.

Consultants can associate to enhance their qualifications. ln case of a Joint Venture (JV),
all members of the JV will be evaluated jointly for the purpose of short listing and shall
be jointly and severally liable for the assignment. Interested consultants should clearly

65
MAR VOL.24 2017

indicate the structure of their “association” and the duties of their partners and sub
consultants in their application. Unclear expressions of interests such as “in association
with” and / or “in affiliation with” and etc. without indicating the status of the
partnership and designation of the lead partner may not be considered for short listing.

When sending the Expression of Interest, interested firms must provide information
indicating that they are qualified to perform the services. This means that detail firms
Profiles, Brochures, summarized CVs of proposed key staffs which indicate their
Qualifications and availability of appropriate skills, and descriptions of similar
assignments at internationally and in Sub-Saharan Africa are mandatory to be short
listed. In addition, the short listed consulting firms will be identified as per the
requirement of Ethiopian Public Procurement Manual December, 201 1 page No. 80 &
81 (Preparation of Short List).

The consultancy will be selected in accordance with procedures set out in the Public
Procurement Manual, December 2011 and the Standard Bidding Document for
Procurement ofConsultants, International Competitive Bidding, Version l, July 2011
issued by the Public Procurement and Property Administration Agency, Ministry of
Finance and Economic Cooperation, Federal Democratic Republic ofEthiopia,
(Documents available on website: www.ppa.gov.et). Our office will follow QCBS method
to select the most competitive consulting firm.

Consultants may obtain further information from the address below during office hours,
8.30 AM-1 2.30 PM and 1.30 PM-5.30 PM from Monday to Thursday and office hours on
Fridays are 8.30 -AM-l 1.30 AM and 1.30 PM-5.30 PM.

Expressions of Interest must be delivered or sent by Physically, E-Mail or Fax to the


address below, not later than Friday, March 31, 2017, at 5:30 P.M.

66
MAR VOL.24 2017

(26) Mugher Cement Factory invites eligible bidders to participate in the bid for
the supply of gear boxes

Tender Closing Date Apr 28, 2017 03:30 PM

Tender Opening Date Apr 29, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Gear box

Mugher Cement Factory


Buyer Supply Team Office, Tel: 251-011-4420216

Tender No. MCF/Re-13/2016

Description
1. Eligible Suppliers/Agents could obtain tender documents against payment of a
non-refundable Birr 100.00 Excluding VAT from Supply Team Office Addis Ababa
during working days from 8:00 A.M. to 4:00 P.M.
2. Bids should be accompanied by a bid security of 2% in the form of certified cheque,
CPO or Bank Guarantee which will be payable on first demand by Chemical
Industry Corporation Mugher Cement Factory.
3. Wax-sealed Bids shall be delivered to MUGHER CEMENT Factory Supply Team
Addis Ababa office on or before April 28, 2017 at 3:30 P.M. Bidders should provide
one Original and one copy of “Technical” and “Financial” documents separately.
4. Bids (Technical offer) will be opened on April 29, 2017 at 10:00 A.M in the presence
of bidders or their authorized representatives.
5. MCF reserves the right to reject any or all bids.

67
MAR VOL.24 2017

(27) Request for Expressions of Interest (EoI) for technical assistance for capacity
building of additional cities in Oromia National Regional State to qualify and
participate in ULGDP II

Tender Closing Date Mar 31, 2017 05:30 PM

Tender Opening Date No Specific Opening Day

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Technical assistance

Urban Revenue Enhancement, Fund


Mobilization and Finance Bureau;
Ministry of Urban Development and Housing;
Buyer
Email: urefmf@gmail.com
Tel: 251-115- 54-12-77
Addis Ababa, Ethiopia

Tender No. MUDH/ULGDP II/C-045/2016

Description
Request for Expressions of Interest for Technical Assistance for Capacity Building
of Additional 37 Cities in Oromia National Regional State to Qualify and Participate in
ULGDP II

The government of the Federal Democratic Republic of Ethiopia has received a credit
from the International Development Association (IDA) toward the financing of the
Second Urban Local Government Development Program (ULGDP II). The Ministry of
Urban Development and Housing, the program implementing agency, intends to apply
a portion of the proceeds of this credit to eligible payments under the contract for which
this Request for Expressions of Interest is issued.

The overall objective of ULGDP II is to enhance the institutional performance of

68
MAR VOL.24 2017

participating Urban Local Governments in developing and sustaining urban


infrastructure and services.

The ULGDP II became effective on July 11 , 2014 and closes on December 31, 2019.

The Ministry of Urban Development and Housing has been seeking Expressions of
Interest from eligible firms to provide Technical Assistance for Capacity Building of
Additional 37 Cities in Oromia National Regional State to Qualify and Participate
ULGDP II.

The Objective of the Assignment is to provide technical assistance for building the
capacity of 37 Cities in Oromia National Regional State to enable them to qualify and
participate in the Second Urban Local Government Program (ULGDP II) and also to
improve their performance in regard to the other performance measures/indicators of
the program as stated in the Annual Performance Assessment Guideline (APAG).

The Consultants will also review and revise some of the manuals, guidelines, templates
being used by regions and cities on the program.
Scope of Work

The guiding principle is that the Consultants are required not only to design and advise,
but also implement the scope of works in partnership with the federal and regional
government teams and Urban Local Governments. The tasks to be carried out by the
Consultants are as follows:

During the inception period, the Consultants will carry out a situation analysis and
capacity gap analysis for all the 37 cities which provide them an understanding of where
the cities are in terms of all urban management issues and program performance
measures. This will assist the Consultants in further developing their work plans to
address these issues and gaps. The Consultants will produce a draft Situation Analysis
and Capacity Gap Analysis Report as well as a Work Plan.

69
MAR VOL.24 2017

The Consultants’ top priority for the 37 cities will be to build their capacity by carrying
out activities and implementing systems that will ensure that all the cities fulfil the
Minimum Conditions stated in the guideline which would gain them entry into the
ULGDP II. The consultants will therefore draw from best international and
local practice on urban management and assist all the 37 cities to fulfill each of the
above minimum conditions. It is expected that the 37 cities will be assessed on these
Minimum Conditions in the 6th Annual Performance Assessment which is scheduled for
September 2018.

The assessment is done by a separate independent consultant procured by MUDH.


Scheduling/Timetable
It is envisaged that the assignment will be completed within twelve months from
commencement. If necessary and based on performance and mutual agreement,
contracts of the team or a selected subset of team members may be extended or renewed.
It involves 1 9 experts of various disciplines. From the beginning up to the end of
the assignment, the Consultant will produce different Reports. And the Consultant will
also submit to those reports as well as a Synthesis Report to MUDH and World Bank.

All the tasks will be specified and detailed in the Terms of Reference and Request for
Proposals to be provided to the short listed firms. The work is expected to take 1 8
months, while the estimated time to be spent by each team member will be specified in
the Terms of Reference.
Additional Information
Experience in Sub-Saharan Africa is essential and familiarity with Ethiopia will be
advantageous.

Consultants can associate to enhance their qualifications. In case of a Joint Venture (JV),
all members of the JV will be evaluated jointly for the purpose of short listing and shall
be jointly and severally liable for the assignment. Interested consultants should clearly
indicate the structure of their “association” and the duties of their partners and sub

70
MAR VOL.24 2017

consultants in their application. Unclear expressions of interests such as “in association


with” and / or “in affiliation with” and etc. without indicating the status of the
partnership and designation of the lead partner may not be considered for short listing.

When sending the Expression of Interest, interested firms must provide information
indicating that they are qualified to perform the services.

This means that detail firms Profiles, Brochures, summarized CVs of proposed key
staffs which indicate their Qualifications and availability of appropriate skills, and
descriptions of similar assignments at internationally and in Sub-Saharan Africa are
mandatory to be short listed. In addition, the short listed consulting firms will be
identified as per the requirement of Ethiopian Public Procurement Manual December,
2011 page No. 80 & 81 (Preparation of Short List).

The consultancy will be selected in accordance with procedures set out in the Public
Procurement Manual, December 2011 and the Standard Bidding Document for
Procurement of Consultants, International
Competitive Bidding, Version 1, July 2011 issued by the Public Procurement and
Property Administration Agency, Ministry of Finance and Economic Cooperation,
Federal Democratic Republic of Ethiopia, (Documents available on website:
www.ppa.gov.et). Our office will follow QCBS method to select the most competitive,
consulting firm. Consultants may obtain further information from the address
below during office hours, 8:30 AM-12:30 PM and 1:30 PM-5:30 PM from Monday to
Thursday and office hours on Fridays are 8:30 AM-11:30 AM and 1:30 PM-5:30 PM.

Expressions of Interest must be delivered or sent by Physically, EMail or Fax to the


address below, not later than Friday, March 31 ,2017, at 5:30 PM.

71
MAR VOL.24 2017

(28) Mugher Cement Factory invites eligible bidders to participate in the


bid for the supply of grate cooler to ESP connecting duct line fabrication and
installation

Tender Closing Date Apr 28, 2017 03:30 PM

Tender Opening Date Apr 29, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Grate cooler, fabrication & installation

Mugher Cement Factory


Tel: 251-011-4420216
Buyer Fax: 251-011-4420688
Addis Ababa, Ethiopia

Tender No. MCF/09/2017

Description
1. Chemical Industry Corporation Mugher Cement Factory invites eligible bidders to
participate in the bid for the supply of: Grate Cooler to ESP Connecting Duct
line Fabrication and Installation.
2. Eligible Suppliers/Agents could obtain tender documents against payment of a
non-refundable Birr 100.00 Excluding VAT from Supply Team Office Addis Ababa
during working days from 8:00 A.M. to 4:00 P.M.
3. Bids should be accompanied by a bid security of 2% in the form of certified cheque,
CPO or Bank Guarantee which will be payable on first demand by
Chemical Industry Corporation Mugher Cement Factory.
4. Wax-sealed Bids shall be delivered to MUGHER CEMENT Factory Supply Team
Addis Ababa office on or before April 28, 2017 at 3:30 P.M. Bidders should provide
one Original and one copy of “Technical” and “Financial” documents separately.

72
MAR VOL.24 2017

5. Bids (Technical offer) will be opened on April 29, 2017 at 10:00 A.M in the presence
of bidders or their authorized representatives.
6. MCF reserves the right to reject any or all bids

73
MAR VOL.24 2017

(29) The Ethiopian Airports Enterprise (EAE) invites bidders for the procurement
of trunk radio communication system upgrade work at AABIA

Tender Closing Date Apr 27, 2017 10:00 AM

Tender Opening Date Apr 27, 2017 10:30 AM

Document Price Birr 100.00

Tender Bond Birr 100,000.00

Sector/Product ICT

Ethiopian Airports Enterprise, Procurement Directorate


Tel: +251 -11 6650582 P.O. Box: 90652,
Buyer
Addis Ababa, Ethiopia).

Tender No. I23/2009

Description
The Ethiopian Airports Enterprise (EAE) invites International eligible bidders for the
procurement of Trunk Radio Communication System upgrade work at AABIA.

Local Bidders should present a copy of VAT registration certificate, renewed trade
license, TIN certificate and related licenses with their offer. Bidders should present the
original documents whenever the procuring entity requests for verification.

Bidders should submit their technical and financial offer in two (Separate) envelops.

Bids should be submitted to: Ethiopian Airports Enterprise, Procurement Directorate,


located at EAE head quarter building 2nd floor (in front of the Ethiopian Civil Aviation
Authority).

Each prospective bidder proposing to bid for this project must be eligible fulfilling the
requirements of the particular instruction of the task.

Offer documents will be opened in the presence of bidders or their representatives who
choose to attend, at the EAE headquarter building 5th floor conference hall.

74
MAR VOL.24 2017

Bidders may obtain further information from Ethiopian Airports Enterprise,


Procurement Directorate (Tel: +251 -11 6650582 P.O. Box: 90652, Addis Ababa,
Ethiopia).
Bidders are instructed to fill, sign and seal all forms of the bid documents.

No liability will be accepted for loss or late delivery.

The Ethiopian Airports Enterprise reserves the right to accept or reject any or all bids,
waive informalities or advertise for new bids otherwise as may be for its best interest

Ethiopian Airports Enterprise

75
MAR VOL.24 2017

(30) UNECA is seeking a qualified Contractor capable of upgrading


existing data center cooling and environmental control systems using Hot Aisle
Containment (HAC) with integrated monitoring and management solution

Tender Closing Date 16 April 2017

Tender Opening Date 16 April 2017

Document Price Free

Tender Bond Not mentioned

Sector/Product IT

UNECA Ethiopia
E-mail Address: amekibeb@uneca.org or mekibeb@un.org
Buyer Fax Number: +251 115 511874
UNSPSC Code: 81112003
Addis Ababa, Ethiopia

Tender No. EOIUNECA13618

Description
This notice is placed on behalf of UNECA. You are therefore requested to direct all your
queries to United Nations Economic Commission for Africa using the email or fax
number provided below.
Title of the EOI: Upgrading Existing Data Center Cooling and environmental control
systems using Hot Aisle Containment (HAC) with Integrated Monitoring and
Management solution.

UNECA is seeking a qualified Contractor capable of undertaking a project to


successfully design, supply, install, test and commission a Hot Aisle Containment (HAC)
solution which includes rack based cooling system that incorporates power distribution,
fiber and copper cabling to all racks, as well as providing application solution to manage
and monitor environmental parameters such as temperature and humidity; and
controlling of access and security of the data center.

76
MAR VOL.24 2017

The solution shall empower Information and communications technology Services


Section (UNECA) to support changing business processes and realize benefits of going
fast, going dense and going green while ensuring the critical availability targets in the
Data Center:

• always available, 24/7/365, and performs at the highest level at all times;

• always ready and able to adopt at the breakneck speed of business;

• enables IT and facilities to keep pace with the business in a synchronized way;

• continues to achieve greater and greater energy efficiency and be greener;

Interested firms will be invited to the tender by "Request for Proposal" (RFP) at a later
stage. This tender envisages selection of a single contractor for the project. The detailed
(TOR) will be contained in the RFP Bid document.

Please note that the UNECA is precluded from entering into contract with a firm that is
not fully registered with UNGM (United Nations Global Marketplace). Those interested
in responding to this invitation but not currently fully registered as vendors with
UNGM, are encouraged to register before submission of the bid.

Further details may be obtained by visiting https://www.ungm.org/Vendor/Registration.


In order to be eligible for UN Registration, please make sure to declare in writing the
Prerequisite for Eligibility criteria itemized from A-F as contained in EOI instruction
attached.

Those interested should write to the above-mentioned e-mail address or fax number to
submit their “expression of interest” by the deadline of 16 April 2017.

77
MAR VOL.24 2017

Vendors interested in participating in the planned solicitation process should complete


the Vendor Response Form (http://www.un.org/depts/ptd/pdf/eoi13618.pdf) of this EOI
and fax it or email it to UNECA before the closing date set forth above.

78
MAR VOL.24 2017

(31) The A.A.W.S.A Water and Sanitation Development and


Rehabilitation Project Office invites bidders for the supply and installation of
dams instrumental materials and rehabilitation works of Legedadi and Dire
Dams

Tender Closing Date Apr 24, 2017 02:00 PM

Tender Opening Date Apr 24, 2017 02:30 PM

Document Price Birr 1000.00

Tender Bond Birr 500,000.00

Sector/Product Instrumental materials & rehabilitation works

A.A.W.S.AWater and Sanitation Development &


Rehabilitation
Buyer
Telephone number 251-116 667-69-20
Addis Ababa, Ethiopia

Tender No. AAWSA/PO/GOV/ICB/W012/2009/

Description
The A.A.W.S.A Water and Sanitation Development and Rehabilitation Project Office
has funds within its budget to be used for the supply and Installation of Dams
Instrumental Materials and Rehabilitation works of Legedadi and Dire Dams.
1. The Invitation is open for contractors under category of GC /WC Grade 1 and
Grade one Specialized Electro Mechanical Contractors who have registered with
the relevant offices in Ethiopia and renewed their License for the current year and
for international bidder with equivalent qualification.
2. The A.A.W.S.A Water and Sanitation Development and Rehabilitation Project
office invites sealed bids from eligible bidders for the supply and Installation of
Dams Instrumental Materials and Rehabilitation works of Legedadi and
Dire Dams.

79
MAR VOL.24 2017

3. Bidding will be conducted through the International Competitive Bidding (ICB)


contained in the public procurement proclamation of the Government of The
Federal Democratic Republic of Ethiopia.
4. Interested eligible bidders may obtain further information from Procurement team
of the Project Office and inspect the bidding documents at the address given below
at the normal working hours from 8:30 AM-12230 PM in the morning and 1 :30 PM
to 5:30 PM in the afternoon.
5. A complete set of Bidding Documents (Volume I Main Bid Document, Volume
II-technical Specification,Volume III-Album of Drawing and Volume IV-Bill of
Quantity ) in English language may be purchased by interested bidders from 20,
March, 2017 on wards during office hours at the address below upon payment of a
non-refundable fee of 1000 (One Thousand Ethiopian Birr Only) The method of
payment will be in cash.
6. Bid is two envelop bid and must be delivered with one original and three copies of
technical and financial proposal in separate envelopes to the address given below
at or before 24, April ,2017 2:00 PM The bid shall be valid for the period one
hundred twenty (120) days.
7. The bid shall be accompanied by a Bid Security of 500,000.00(Five Hundred
Thousand Birr only) In the form of bank guarantee, CPO (which should be valid for
148 Calendar days). Late bids shall be rejected. Bids will be opened in the presence
of the bidders’ representatives who choose to attend at the address below at 24,
April, 2017 2:30 PM
8. The A.A.W.S.AWater and Sanitation Development & Rehabilitation Project Office
reserves the right to reject any or all of the bids

80
MAR VOL.24 2017

(32) UNDP Ethiopia invites bidders for consultancy service on


development, broadcast/ publishing and monitoring of original SDG media

Tender Closing Date Apr 3, 2017 04:30 PM

Tender Opening Date Apr 3, 2017 04:30 PM

Document Price Free

Tender Bond Not mentioned

Sector/Product Consultancy

United Nations Development Programme (UNDP)


P.O. Box 5580
Buyer Email: procurement.et@undp.
Addis Ababa, Ethiopia

Tender No. ETH/RFP /2017 /04

Description
UNDP Ethiopia seeks the services of a reputable Consultancy Firms and/ or Institutions
with proven track record of relevant experience to provide consultancy service to
Development, broadcast/publishing and monitoring of original SDG media. In this
public procurement notice, all legally established organizations, institutions or firms
which satisfy the minimum requirements stated in the RFP Standard Bid Document
(SBD) are hereby kindly invited to submit bid proposals. Hence, both the respective
Technical and Financial Proposals shall be submitted on or before April 03, 2017 at 4:30
PM (UTC+03:00) Addis Ababa/Nairobi Time Zone
Interested institutions, organizations or firms for the captioned service can also
download the detailed RFP Standard Bid Documents and ToR (both word and pdf files)
from either of the following Procurement Notice
links: https://www.ungm.org/Publlc/Notice/54865 and/or
http://procurement-notices.undp.org/vlew_notice.cfm?notice_id=36290

81
MAR VOL.24 2017

Your proposal must be expressed in English and shall be valid for a minimum period of
120 days. It shall remain your responsibility to ensure that your proposal reaches the
address above on or before the deadline. Proposals that are received by UNDP after the
deadline shall not be considered for evaluation.

For any clarification. prospect bidders may send your request to:
info. procurementet@undp.org
UNDP Ethiopia

82
MAR VOL.24 2017

(33) Defence Construction Enterprise (DCE) invites bidders for the


procurement of earthwork including clearing and grubbing, roadbed
preparation, excavation, embankment construction and finishing of slopes of
Mekelle-Dangolat- Samre- Finarwa Road Project

Tender Closing Date Apr 18, 2017 09:00 AM

Tender Opening Date Apr 18, 2017 09:30 AM

Document Price Birr 500.00

Tender Bond Birr 100,000.00

Sector/Product Earth work & construction

Defence Construction Enterprise


Tel. +251-11-442-2260/70/71/72
Buyer Fax. +251- 442-0746
Addis Ababa
Ethiopia

Tender No. DCE/MD-EW-01/46/2017

Description
1. Defence Construction Enterprise has signed a contract Agreement with Ethiopian
Roads Authority to Mekelle-Dangolat- Samre- Finarwa Road Project ; and intends to
sub-Contract the Earthwork including Clearing and Grubbing, Roadbed
Preparation, Excavation, Embankment Construction, sub base construction and
Finishing of Slopes, Sub-Contract 1: Earthwork from Station 25+000 to 30+000 to
illegible Contractor.

2. Defence Construction Enterprise then now invites registered contractors of Category


GC-4, RC-4 or above with their professional and trade license valid for the year 2009
E.C., registered for VAT and having tax clearance (for local contractors) to submit sealed
bids for providing the necessary labor, materials and equipment for the Earthwork
including clearing and Grubbing, Roadbed Preparation, Excavation, Embankment

83
MAR VOL.24 2017

Construction and Finishing of Slopes of Mekelle-Dangolat- Samre- Finarwa Road


Project , Sub- contract 1: Earthwork From station 25+000 to 30+000 100
3. The Works to be carried out under this Sub-contract comprises the Clearing and
Grubbing, Road Bed Preparation, in situ Roadbed Treatment, Excavation, Embankment
Construction and Finishing of Slopes of Mekelle-Dangolat- Samre- Finarwa Road
Project, Sub-contract 1: Earthwork From station 25+000 to 30+000 The road is DS4 with
Asphalt Concrete with width of 7m carriage way and 1.5m gravel surfaced shoulder on
each side of the road. The sub-Contractor is expected to construct the sub-contract work
as per the drawings and specification of the main contract.

4.Interested eligible bidders may obtain further information and inspect the bidding
documents at the Defence Construction Enterprise at the address given below from 8:30
to 12:30 am and 1 :30 to 5:30 pm from Monday to Friday local time. A complete set of
bidding documents in English may be purchased by interested bidders as of March
15,2017 at the above office upon presentation of the document mentioned under item (2)
above and a written application to us and upon payment of a non-refundable fee of Birr
500.
5.Bidders shall submit two envelopes, "Qualification Information and Bid Security", and
"Financial Bid" separately sealed and the two envelopes should also be sealed in an
outer single envelope.

6. Evaluation is to be carried out in two stages, Qualification Information first and


Financial Bids of qualified Bidders next.

7. Bids must be delivered to the address below on or before April 18.2017 at 9:00 A.M in
the morning. All bids must be· accompanied by a bid security of ETB 100,000.00. Late
bids will be rejected. Qualification Information and bid security will be opened in the
presence of bidders' representatives who choose to attend, at the address below April
18.2017 at 9:30 A.M. in the morning
8.Defence Construction Enterprise reserves the right to accept any or reject any or all
bids without giving any reasons.

84
MAR VOL.24 2017

(34) Defence Construction Enterprise (DCE) invites bidders for the


procurement of earthwork including clearing and grubbing, roadbed
preparation, excavation, embankment construction and finishing of slopes

Tender Closing Date Apr 18, 2017 09:00 AM

Tender Opening Date Apr 18, 2017 09:30 AM

Document Price Birr 500.00

Tender Bond Birr 100,000.00

Sector/Product Earth work & construction

Defence Construction Enterprise


Tel. +251-11-442-2260/70/71/72

Seller Fax. +251- 442-0746


Addis Ababa
Ethiopia

Tender No. DCE/MD-EW-02/47/2017

Description
1. Defence Construction Enterprise has signed a contract Agreement with Ethiopian
Roads Authority to Mekelle-Dangolat- Samre- Finarwa Road Project and intends to
sub-Contract the Earthwork including Clearing and Grubbing, Roadbed Preparation,
Excavation, Embankment Construction and Finishing of Slopes, Sub-Contract 2:
Earthwork from Station 33+000 to 42+000 to illegible Contractor.

2. Defence Construction Enterprise then now invites registered contractors of Category


GC-4, RC-4 or above with their professional and trade license valid for the year 2009
E.C., registered for VAT and having tax clearance (for local contractors) to submit sealed
bids for providing the necessary labor, materials and equipment for the Earthwork
including clearing and Grubbing, Roadbed Preparation, Excavation, Embankment
Construction and Finishing of Slopes of Mekelle-Dangolat- Samre- Finarwa Road
Project, Sub-contract 2: Earthwork From station 33+000 to 42+000

85
MAR VOL.24 2017

3. The Works to be carried out under this Sub-contract comprises the Clearing and
Grubbing, Road Bed Preparation, in situ Roadbed Treatment, Excavation, Embankment
Construction, sub base and Finishing of Slopes of Mekelle- Dangolat- Samre- Finarwa
Road Project, Sub-contract 2: Earthwork From station 33+000 to 42+000 The road is
DS4 with Asphalt Concrete with width of 7m carriage way and 1.5m gravel surfaced
shoulder on each side of the road. The sub-Contractor is expected to construct the
sub-contract work as per the drawings and specification of the main contract.

4. Interested eligible bidders may obtain further information and inspect the bidding
documents at the Defence Construction Enterprise at the address given below from 8:30
to 12:30 am and 1:30 to 5:30 pm from Monday to Friday local time. A complete set of
bidding documents in English may be purchased by interested bidders as of March
15,2017 at the above office upon presentation of the document mentioned under item (2)
above and a written application to us and upon payment of a non-refundable fee of Birr
500.
5. Bidders shall submit two envelopes, "Qualification Information and Bid
Security", and "Financial Bid" separately sealed and the two envelopes should also
be sealed in an outer single envelope.

6. Evaluation is to be carried out in two stages, Qualification Information first


and Financial Bids of qualified Bidders next.

7. Bids must be delivered to the address below on or before April 18,2017 at 9:00 A.M in
the morning. All bids must be accompanied by a bid security of ETB 100,000.00. Late
bids will be rejected. Qualification Information and bid security will be opened in the
presence of bidders' representatives who choose to attend, at the address below April
18,2017 at 9:30 A.M. in the morning
8. Defence Construction Enterprise reserves the right to accept any or reject any or all
bids without giving any reasons.

86
MAR VOL.24 2017

(35) Awash International Bank S.C. invites sealed bids from eligible bidders for
the consultancy service for End-to-End Enterprise Network and Security Design

Tender Closing Date Mar 31, 2017 10:00 AM

Tender Opening Date Apr 6, 2017 10:30 AM

Document Price Birr 100.00

Tender Bond Birr 25,000.00

Sector/Product IT consultancy

Awash International Bank S.C

Buyer Procurement Division Tel. 0115-57-11-07/00-84


Addis Ababa, Ethiopia;

Tender No. AIB 25/2016-2017

Description
Awash International Bank S.C. invites sealed bids from eligible bidders for the
Consultancy Service for End-to-End Enterprise Network and Security Design.
1. Bidding will be conducted in accordance with the open tendering procedures
contained in the Directives of the Bank and other Relevant Laws of the country,
and is open to all eligible bidders.
2. A complete' set of bidding documents in English shall be obtained from
Procurement Division of Awash International Bank S.c located at Awash Towers
10th floor room. No 10-02 upon producing receipt of non refundable fee of Birr
100.00 /One Hundred/ by depositing in Account Number 01540000544500, at
AWASH INTERNATIONAL BANK S.C, FINFINE BRANCH, located at the Bank's
Head Quarter Building (Awash Tower), Ground floor during office hours (Monday
to Friday 8:00AM-12:00PM; 1:00PM-4:30PM and Saturday 8:00AM-12:00PM)
starting from March 14, 2017
3. Bid must be accompanied by a bid bond amount of birr 25,000.00 (Twenty five
thousand) in the form of Bank Guarantee or Cashier's Payment Order (C.P.O).

87
MAR VOL.24 2017

4. Bid document must be deposited in the bid box prepared for this purpose on
or before March 31, 2017 10:00 AM in the above mentioned address.
5. Bid opening shall be held at the office of Director, Shared Services Awash Tower
10th floor in the presence of bidders and/ or their representatives who, wish to
attend on March 31, 2017 at 10:30 AM.
6. Interested eligible bidders may obtain further information from the office of
Procurement Division Tel. 0115-57-11-07/00-84.
7. Failure to comply any of the conditions from item 2 to 5 above shall entail
automatic rejection.
8. The bank reserves the right to accept or reject the bid either partially or fully.

88
MAR VOL.24 2017

(36) The Afar National Regional State Finance and Economic Development
Bureau invites bidders for the procurement of service rig & truck mounted chain
type crane & air compressor and double cup

Tender Closing Date May 17, 2017 10:00 AM

Tender Opening Date May 17, 2017 10:00 AM

Document Price Birr 200.00

Tender Bond 2%

Sector/Product Rig & truck mounted chain type crane & air compressor

Afar Region Finance and Economic Development


Bureau(BoFED)

Buyer P.O. Box- 17, Semera, Afar


Tel. +251 33-666-00-32/33 866-90-41,
Semera, Afar-Ethiopia

Tender No. Afar-ICB-G-02-2009 E.C

Description
1. Afar Finance and Economic Development Bureau on behalf of Afar Water
Resources Bureau has funds within the government budget to be used for the
procurement of Service Rig & Truck Mounted Chain Type Crane & Air Compressor and
Double Cup.

2. The Afar National Regional State Finance and Economic Development Bureau
invites sealed bids from eligible and qualified bidders for the supply and delivery of:
Lot No. Item Description of Items Unit Qty
No.
1 1 Service rig with full accessories Pcs 1

2 2 Truck mounted chain type crane and air Pcs 1

89
MAR VOL.24 2017

compressor

3. Bidding will be conducted through International Competitive Bidding (NCB)


procedures contained in the Public Procurement Proclamation of the regional
government ofAfar and are open to all eligible bidders from eligible countries.

4. Interested eligible bidders may obtain further information from the address given
below from 8:00am to 5:00pm from Monday to Friday during office hours.

5. A complete set of Bidding Documents in Amharic may be purchased by interested


bidders from 16/03/2017 G.C. on the submission of a written application to the address
below & upon payment of a non-refundable fee of Ethiopian Birr 200.00 (Two Hundred
Birr). The method of payment will be in cash.

6. Bids must be delivered to the address below at or before 17/05/ 2017 G.C. at 4:00
am Local Time in the morning. Electronics bidding will not be permitted. Late bids shall
be rejected.

7. Each Lot must be accompanied by a Bid Security an amount of 2% of the bid price
in Ethiopian Birr or the equivalent amount in a freely convertible currency. The method
of payment will be Cash Payment Order (CPO).

8. Bids will be opened in the presence of the bidders representatives who choose to
attend

at the address below at 17/05/2017 G.C. at 4:00 am Local Time in the morning.

9. The purchaser reserves the right to cancel part or the whole of the bid.

90
MAR VOL.24 2017

(37) SNNPRS South Omo Zone Water, Mines and Energy Department
invites bidders for the construction of water supply and sanitation project

Tender Closing Date Apr 1, 2017 02:00 PM

Tender Opening Date Apr 1, 2017 02:30 PM

Document Price Birr 200.00

Tender Bond Not mentioned

Sector/Product Construction

Ministry of Urban Development and Housing


Buyer
Tel. 046-775-00-21, 046-775-00-52

Tender No. SOZWMED-SDG/005/2009

Description
1. SNNPRS South Omo Zone Water, Mines and Energy Department hereby invites wax
sealed bids, from qualified and eligible bidders of GC with WWC or WWC with BC and
WWC licensed in water works construction for the construction of the following water
supply and sanitation project: -
No. Name of Projects Budget source Locations Required
Zone Woreda Grade

1 Zifti town water SDG South omo Semen ari GC with


supply project woreda WWC-5 or BC
with WWC-5
or WWC 5 and
above

2 Gangatom school UNICEF South omo Gangatom GC with


water supply system woreda WWC-6 or BC
with
WWC-6 or

91
MAR VOL.24 2017

WWC 6 and
above

3 Dassenech school UNICEF South omo Dassenech GC with


water supply system woreda WWC-6 or BC
with WWC-6
or WWC 6 and
above

4 Three hand dug well capital South omo Jinka zuriya Water works
construction project (gorgocha,alga association
kilet and grade 7 and
katendet) above

2. Bidder shall obtain bid documents upon payment of non-refundable birr 200.00 for
each document from the SOUTH OMO Zone Finance and Economy Development Dept.

3. The bidders should fulfill all technical evaluation and evaluation qualification criteria
that is attached with in bid document.

4. For bidders participating in more than one projects, the bidders must give
confirmation in advance together with his/her offer documents that if the bidder will be
least bidder for more than one project he/she how to deploy different equipment and
manpower ( key personnel ) for both projects, if not done accordingly leads for rejection
from other computation.

5. Bids shall be valid for a period of Sixty (60) days after Bid opening

6. Bids should be accompanied by a bid security of Eth Birr 30,000 for Zifti and Eth Birr
10,000 For each of the remaining three projects of the total bid amount in an acceptable
form of (CPO or Bank Guarantee), and shall remain valid and open for acceptance for a

92
MAR VOL.24 2017

period of 90 days after the date of bid opening.

7. Bid shall be submitted on 15th calendar day from the announcement, if the 15th
calendar day lies on Ethiopian holiday the last date to bid submission will be the next
Working day, at 2:00 PM in the afternoon at South Omo Zone Finance and Economy
Development Department, Jinka.
8. Bids will be opened in the presence of bidders and/or their authorized representatives
at the last date of bid submission, at 2:30 PM at South OMO Zone Finance and Economy
Development Department, Jinka.

9. The Office reserves the right to reject all or parts of the bid.

93
MAR VOL.24 2017

(38) The Ministry of Urban Development and Housing has been seeking
Expressions of Interest (EoI) from eligible firms to provide technical assistance for
capacity building of additional 32 cities in Amhara National Regional State to
qualify and participate ULGDP II

Tender Closing Date Mar 31, 2017 05:30 PM

Tender Opening Date No Specific Opening Day

Document Price Not mentiioned

Tender Bond Not mentiioned

Sector/Product Technical assistance

Ministry of Urban Development and Housing;


Urban Revenue Enhancement, Fund Mobilization and
Buyer Finance Bureau;
Email: urefmf@gmail.com , Telephone: 251 -11 5- 54-1 2-77
P. O. Box 3040, Addis Ababa, Ethiopia.

Tender No. MUDH/ULGDP II/C-044/2016

Description
Request for Expressions of Interest for Technical Assistance for Capacity Building of
Additional 32 Cities in Amhara National Regional State to Qualify and Participate in
ULGDP II

The government of the Federal Democratic Republic of Ethiopia has received a credit
from the International Development Association (IDA) toward the financing of the
Second Urban Local Government Development Program (ULGDP II). The Ministry of
Urban Development and Housing, the program implementing agency, intends to apply a
portion of the proceeds of this credit to eligible payments under the contract for which
this Request for Expressions of Interest is issued.

The overall objective of ULGDP II is to enhance the institutional performance of

94
MAR VOL.24 2017

participating Urban Local Governments in developing and sustaining urban


infrastructure and services.

The ULGDP II became effective on July 11 , 201 4 and closes on December 31 , 2019.

The Ministry of Urban Development and Housing has been seeking Expressions of
Interest from eligible firms to provide Technical Assistance for Capacity Building
ofAdditional 32 Cities in Amhara National Regional State to Qualify and Participate
ULGDP II.

The Objective of the assignment is to provide technical assistance for building the
capacity of 32 Cities in Amhara National Regional State to enable them to qualify and
participate in the Second Urban Local Government Program (ULGDP II) and also to
improve their performance in regard to the other performance measures/indicators of
the program as stated in the Annual Performance Assessment Guideline (APAG).

The Consultants will also review and revise some of the manuals, guidelines, templates
being used by regions and cities on the program.
Scope of Work

The guiding principle is that the Consultants are required not only to design and advise,
but also implement the scope of works in partnership with the federal and regional
government teams and Urban Local Governments. The tasks to be carried out by
the Consultants are as follows:

During the inception period, the Consultants will carry out a situation analysis and
capacity gap analysis for all the 32 cities which provide them an understanding of where
the cities are in terms of all urban management issues and program performance
measures. This will assist the Consultants in further developing their work plans
to address these issues and gaps. The Consultants will produce a draft Situation
Analysis and Capacity Gap Analysis Report as well as aWork Plan.

95
MAR VOL.24 2017

The Consultants’ top priority for the 32 cities will be build their capacity by carrying out
activities and implementing systems that that will ensure that all the cities fulfil the
Minimum Conditions stated in the guideline which would gain them entry into the
ULGDP

II. The consultants will therefore draw from best international and local practice on
urban management and assist all the 32 cities to fulfil each of the above minimum
conditions. It is expected that the 32 cities will be assessed on these Minimum
Conditions in the 6th Annual Performance Assessment which is scheduled for
September 2018. The assessment is done by a separate independent
consultant procured by MUDH.
Scheduling/Timetable

It is envisaged that the assignment will be completed within twelve months from
commencement. If necessary and based on performance and mutual agreement,
contracts of the team or a selected subset of team members may be extended or renewed.
It involves 1 9 experts of various disciplines. From the beginning up to the end of
the assignment, the Consultant will produce different Reports. And the Consultant will
also submit to those reports as well as Synthesis Report to MUDH and World Bank.

All the tasks will be specified and detailed in the Terms of Reference and Request for
Proposals to be provided to the short listed firms. The work is expected to take 1 2
months, while the estimated time to be spent by each team member will be specified in
the Terms of Reference.
Additional Information

Experience in Sub-Saharan Africa is essential and familiarity with Ethiopia will be


advantageous.

Consultants can associate to enhance their qualifications. In case of a Joint Venture (JV),

96
MAR VOL.24 2017

all members of the IV will be evaluated jointly for the purpose of short listing and shall
be jointly and severally liable for the assignment. Interested consultants should
clearly indicate the structure of their “association” and the duties of their partners and
sub consultants in their application. Unclear expressions of interests such as “in
association with” and / or “in affiliation with” and etc. without indicating the status of
the partnership and designation of the lead partner may not be considered for short
listing. When sending the Expression of Interest, interested firms must provide
information indicating that they are qualified to perform the services. This means that
detail firms Profiles, Brochures, summarized CVs of proposed key staffs which indicate
their Qualifications and availability of appropriate skills, and descriptions of similar
assignments at internationally and in Sub-Saharan Africa are mandatory to be short
listed. In addition, the short listed consulting firms will be identified as per the
requirement of Ethiopian Public Procurement Manual December, 2011 page No. 80 & 81
(Preparation of Short List).

The consultancy will be selected in accordance with procedures set out in the Public
Procurement Manual, December 2011 and the Standard Bidding Document for
Procurement of Consultants, International Competitive Bidding, Version 1 , July 2011
issued by the Public Procurement and Property Administration Agency, Ministry of
Finance and Economic Cooperation, Federal Democratic Republic of Ethiopia,
(documents available on website: www.ppa.gov.et). Our office will follow QCBS method
to select the most competitive consulting firm. Consultants may obtain further
information from the address below during office hours, 8:30 AM-1 2:30 PM and 1 :30
PM-5:30 PM from Monday to Thursday and office hours on Fridays are
8:30AM-11 :30 AM and 1 :30 PM-5:30 PM.
Expressions of Interest must be delivered or sent by Physically, EMail or Fax to the
address, not later than Friday, March 31 , 2017, at 5:30 P.M.

97
MAR VOL.24 2017

(39) Addis Ababa City Government Public Procurement and Property


Disposal Agency invites bidders for the procurement of kids amusement goods
used by Addis Zoo Park center

Tender Closing Date Apr 6, 2017 10:00 AM

Tender Opening Date Apr 6, 2017 10:30 AM

Document Price Birr 150.00

Tender Bond Birr 20,000.00

Sector/Product Kids amusement goods

Addis Ababa City Government Public Procurement and


Property Disposal Agency (AAPPPDA)
Buyer
Tel: 251 118 26 62 35/251 115 57 31 70
Addis Ababa Ethiopia

Tender No. AAPPPDA/FA2009-2011/NCB/PG/03/06/2009

Description
Addis Ababa City Government Public Procurement and Property Disposal Agency
(AAPPPDA) has funds with the Procuring entity’s budget to be used for the Procurement
of Kids Amusement Goods used by Addis Zoo Park center with the framework
agreement contract For one year (2010) budget years.

1. A complete set of bidding documents in English shall be purchased by interested


bidders upon payment of non-refundable fee of Birr 150 (one hundred fifty)
2. All bids must be accompanied by a bid security of amount mentioned in the table
above for the lot in the form of CPO or an unconditional Bank Guarantee in the
name of Addis Ababa City Government Public Procurement and Property Disposal
Agency.
3. Bid must be delivered below before April 6, 2017 at 10:00 AM.
4. Bids will be closed at 10:00 AM and opened at 10:30 AM on April 6, 2017.

98
MAR VOL.24 2017

(40) Habesha Cement Share Company (HCSC) invites bidders for the upgrading
of cement ball mill internal along with the supply of the required materials for
upgradation

Tender Closing Date May 6, 2017 09:45 AM

Tender Opening Date May 6, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond Birr 50,000.00

Sector/Product Cement factory upgrading

Habesha Cement Share Company


Tel: 011 4163273
Buyer
E-mail: habeshacement@yahoo.com
Addis Ababa, Ethiopia

Tender No. HCSC- 10/2009

Description
1. Habesha Cement Share Company invites sealed bids under
International Competitive Bid (ICB) for the Upgrading of cement ball mill
internal along with the supply of the required materials for upgradation.

2. This invitation for bid is open to all interested bidders regardless of their nationality.
Bid evaluation and award shall be determined in accordance with the provisions
indicated in the bidding document. The bid document is prepared in English Language.

3. The complete set of bidding document may be purchased by interested bidders from
the head office
Starting from March 20, 2017 during working hours against payment of non-refundable
fee of Birr 100.00 (One hundred birr) or in another freely convertible currency of
equivalent amount upon presentation of renewed license, VAT and Tax Clearance
Certificate for (domestic bidders) and on submission of written application to the same

99
MAR VOL.24 2017

address for foreign bidders. Interested bidders may obtain further information at the
same office.

4. All bids must be accompanied by a bid security of not less than Birr 50,000.00 (Fifty
thousand birr) or in another freely convertible currency of equivalent amount in the
form of unconditional Bank Guarantee, or certified check from the bank registered in
Ethiopia. Bid security in the form of insurance bond shall not be acceptable.

5. Bid must be delivered to the above office before the closing date and time i.e. May 6,
2017 at 9:45 A.M local time.

6. Bids will be opened at the same office on May 6, 2017 at 10:00 AM local time in the
presence of bidders and/or their representatives who choose to attend.

7. Habesha Cement Share Company reserves its right to reject any or all Bids. .

100
MAR VOL.24 2017

(41) The Office of the United Nations High Commissioner for Refugees
(UNHCR)in Addis Ababa, Ethiopia, invites invites bidders the construction of
conference hall, gym block and laundry house in Gambella

Tender Closing Date Apr 21, 2017 12:00 AM

Tender Opening Date Opening date not specified

Document Price Free

Tender Bond Not mentioned

Sector/Product Construction

UNHCR
Buyer UNHCR Country office in Ethiopia, Addis Ababa

Tender No. Refer below

Description
The office of the United Nations high commissioner for refugees in Addis Ababa,
Ethiopia, invites interested, qualified and registered Building Contractors for the
following construction works respectively;

o Construction of conference hall in Gambella, - RFP-HCR-AA-2017-004


o Construction of Construction of Gym block in Gambella -
RFP-HCR-AA-2017-005.
o Construction of laundry house in Gambella - RFP-HCR-AA-2017-006.
Interested Building Contractors may wish to collect the tender documents from the
office

For local Contractors in Gambella , can also collect the tender documents from the
respective UNHCR Supply Offices in Gambella & Dimma.

THE SUBMISSION DEADLINE FOR RECEIPT OF OFFERS IS 12:00 HOURS LOCAL


TIME ON 21 April 2017.

101
MAR VOL.24 2017

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 Country office, Supply Management Service, Bole road near to Saay
Pastry -Addis Ababa. Late offers will not be considered.

102
MAR VOL.24 2017

(42) Dashen Bank invites all interested bidders for the supply of the pass book,
vacuum cleaner, surge arrester, stand fan and painting work at Dashen Bank Lideta 1
& 2 own building

Tender Closing Date Apr 9, 2017 05:00 PM

Tender Opening Date Opening date not specified

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Passbooks

Dashen Bank,
Tel no. +251-11-4 66 45 44 ext. 125,126,127 and 128
Buyer
Addis Ababa, Ethiopia).

Tender No. DB/011/OT/2016/17

Description
1. Dashen Bank invites all interested bidders for the supply of the following under listed
items for 2016/16 fiscal year

SN Description Unit of measurement Qty


Lot I

1.1 Pass Book Pad 1,000,000

Lot II

2.1 Vacuum cleaner Pcs 14

2.2 Surge arrester Pcs 456

2.3 Stand fan Pcs 16

Lot III

103
MAR VOL.24 2017

3.1 Painting Work at dashen Bank


Lideta 1 & 2 Own Building

The bid for item number 1 is open for local and international firms

2. Interested and eligible bidders are invited to purchase the bid document starting from
March 20, 2017 from Facilities Management Department, Beklobet Adjacent to Garad
Building 1st floor, having paid non-refundable fee of Birr 100 for each Lot at Dashen
Main Bank account Number 180020002 & Present copy of credit advice ticket during the
office hours (Monday to Friday 8:00-12:00 AM, 1:00-5:00 PM and Saturday 8:00-12:00
AM).
3. Copy of renewed Trade License, VAT Registration Certificate and TIN Certificate are
required while submitting the bid document.

4. 2% of the offer shall be presented as a bid bond through bank guarantee or cashier's
payment order (CPO) at least valid for 90 days upon submission of offer.
5. The sealed bid document shall be placed in the box prepared for this purpose on
or before April 9, 2017, 5:00 PM at the place mentioned under No.2 above.
6. Failure to comply with any of the conditions stated above from No. 2 to 5 shall result
in automatic rejection.

7. The Bank reserves the right to accept or reject the bid either partially or fully.

104
MAR VOL.24 2017

(43) Dilla University invites bidders for the procurement of various


laboratory equipment, apparatus, materials & furniture

Tender Closing Date May 9, 2017 02:30 PM

Tender Opening Date May 9, 2017 02:30 PM

Document Price Birr 500.00

Tender Bond Not mentioned

Sector/Product Laboratory equipment & apparatus

Ethiopian Trading Businesses Corporation,


P.O. Box 7858, Telephone No. 011-440 36 13/011-443 12-76,
Buyer Fax No.011-440 35 79,
E-mail: ethiopse @ gmail.com
Addis Ababa, Ethiopia

Tender No. ET-ETBC-PCSU/DU/ICB-44/2017

Description
l. Dilla University has allocated funds to be used for the Procurement of Various
Laboratory Equipment, Apparatus, Materials & Furnitures.

2. The Ethiopian Trading Businesses Corporation, Procurement and


Consultancy Service Unit (PCSU) on Behalf of Dilla University now invites sealed
bids from eligible and qualified Firms/Bidder(s) for the Procurement of:
Lot No. Sub lot Description Qty
No
Category I: college of engineering and technology

1 Civil engineering laboratory and workshop requirements

1.1 Equipment proposal for highway laboratory Various

105
MAR VOL.24 2017

1.2 Equipment proposal for transportation engineering Various


laboratory

1.3 Equipment proposal for geotechnical laboratory Various

1.4 Equipment proposal for miscellaneous general items Various

1.5 Equipment proposal for surveying and geodesy Various


laboratory

2 Construction technology and management laboratory and workshop equipment

2.1 Requirement by construction material laboratory Various

2.2 Requirement by construction workshop Various

2.3 Requirement by plumping workshop Various

3 Electrical computer engineering laboratory requirement

3.1 Equipment proposal for microprocessor and


interfacing laboratory

3.2 Equipment proposal for power electronics laboratory Various

3.3 Equipment proposal for electromagnetic field Various


laboratory

3.4 Equipment proposal for control and instrumentation Various


laboratory

3.5 Equipment proposal for control and instrumentation Various


laboratory

4 Hydraulic and water resource engineering laboratory and workshop


requirement

106
MAR VOL.24 2017

4.1 Hydraulic and water resource engineering laboratory Various


and workshop requirements

4.2 Equipment proposal for municipal waste water Various


research laboratory

4.3 Equipment proposal for environmental laboratory Various

5 Mechanical engineering laboratory and workshop requirement

5.1 Equipment proposal for machine shop workshop Various

5.2 Equipment proposal for sheet metal workshop Various

5.3 Equipment proposal for welding workshop Various

5.4 Equipment proposal for wood workshop Various

5.5 Equipment proposal for foundry workshop Various

5.6 Pneumatics and hydraulics lab specification Various

6 Automotive engineering laboratory and workshop requirement Various

7 Architecture department laboratory requirement Various

Category II:- college of agriculture and natural resource

1 Horticulture laboratory equipment Various

2 Field and laboratory equipment for department of land Various


administration and surveying

3 Laboratory equipments and materials for department of animal Various


and range science, animal nutrition laboratory

3.1 Laboratory equipment and materials Various

107
MAR VOL.24 2017

3.2 Animals and parts of animals models Various

4 Basic laboratory equipment and materials for college of agriculture and natural
resources

4.1 Soil laboratory equipment, apparatus and materials Various

Category III: college of natural and computational science

1 Physics laboratory furniture’s and equipment

1.1 Physics laboratory instrument, equipment and Various


apparatus

1.2 Physics laboratory furniture’s Various

1.3 Resistors, capacitors, dioder and integrated circuit(IC) Various

2 Biology laboratory equipment Various

3 Sport science practical session facilities and materials plan Various

4 Geology laboratory and filed apparatus/instrument, lab, benches tables and stool
and mineral specimens

4.1 Laboratory and field apparatus/ instruments Various

4.2 Lab. Benches ,tables and stools Various

4.3 Mineral specimens and mineral crystals Various

5 Chemistry laboratory equipment Various

3. Bidding will be conducted through the International Competitive Bidding (ICB)


Procedures specified in the Public Procurement and Property Administration Agency,
and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

4. Interested eligible bidders may obtain further information from the Procurement and

108
MAR VOL.24 2017

Consultancy Service Unit at the address given below from 8:30 a.m. to 1 2:00 noon and
1 :30 p.m - 5:00p.m. (Local Time).

5. A complete set of Bidding Documents in English may be purchased by interested


bidders as ofMarch 22, 201 7 Monday-Friday 8:30am - 12:00 noon and 1:30 p.m to
5:00p.m. On the submission of a written Application to the address below and upon
payment of a non refundable fee of Birr 500.00 (Five Hundred Birr) for all lots or an
equivalent amount in a freely convertible currency. The methods of payment will be cash
or cashier’s check.

- Domestic Bidders who intends to bid by their own can get the bid document up on
submission of a confirmation letter stating that they will bid by theirown capacity only.

- Foreign bidders who do not have local agent in Ethiopia and wishes to get the bidding
document, the document will be sent by registered airmail if required so by the bidder,
but under no Circumstances will PCSU be held responsible for late delivery or loss of the
document so Mailed.

- For Local Agents who represent foreign bidders, it is a mandatory requirement to


submit an Authorization letter from their Principals along with the local agent letter in
order to purchase the bid document.

6. The Bidding Documents will be sent by 1 st class mail for overseas bidders who send
Bank Draft of Birr 600.00 (ETB Six Hundred) or USD 30.00 (USD Thirty) or an
equivalent amount in a freely convertible currency in addition to the price of the
document to the address given below.

7. Bids must be delivered to the address below at or before 2:30 pm. (Local Time) on May
9, 2017 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be
opened in the presence of the bidders/ representatives who choose to attend in person at
the address below at 2:30 p.m. (Local Time) on May 9, 2017 , All bids must be

109
MAR VOL.24 2017

accompanied by a bid security ofCategory I: - Lot 1 . ETB 50,000.00 (Fifty Thousand


Birr)., Lot 2. ETB 30,000.00 (Thirty Thousand Birr), Lot 3. ETB 35,000.00 (Thirty Five
Thousand Birr), Lot 4. ETB 30,000.00 (Thirty Thousand Birr), Lot 5. ETB 45,000.00
(Forty Five Thousand Birr), Lot 6. 25,000.00 (Twenty five Thousand Birr), & Lot 7. ETB
20,000.00 (Twenty Thousand Birr), Category II- Lot 1 . ETB 25,000.00 (Twenty Five
Thousand Birr), Lot 2. ETB 20,000.00 (Twenty Thousand Birr), Lot 3. ETB 30,000.00
(Thirty Thousand Birr), & Lot 4. ETB 30,000.00 (Thirty Thousand Birr), Category III: -
Lot 1 . ETB 55,000.00 (Fifty Five Thousand Birr), Lot 2. ETB 35,000.00 (Thirty
Five Thousand Birr), Lot 3. ETB 30,000.00 (Thirty Thousand Birr), & Lot 4. ETB
20,000.00 (Twenty Thousand Birr) and Lot 5. ETB 20,000 (Twenty Thousand Birr) or an
equivalent amount in a freely convertible currency in CPO, or Bank Guarantee counter
guaranteed by Local Bank.

8. The purchaser reserves the right to reject any or all bids.

110
MAR VOL.24 2017

(44) The Ministry of Urban Development and Housing Building invites


eligible consultants for consultancy service for the establishment of urban land
development & supply corporation

Tender Closing Date Apr 5, 2017 05:00 PM

Tender Opening Date No Specific Opening Day

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Technical Consultancy

Urban Revenue Enhancement, Fund Mobilization


and Finance Bureau 9th Floor, Room No.905,
P.O. Box: 3040
Buyer
Tel: 011 5540639/011554034. Fax: 011 5540630
E-mail: urefmfb@gmail.com,
Addis Ababa, Ethiopia

Tender No. MUDH/ULGDP II /C-001 /2008-1 5/ 1 6

Description
The Government of the Federal Democratic Republic of Ethiopia has received Financing
from World Bank towards the cost of the Urban Local Government Development
program intends to apply part of the proceeds for consulting services.

2. General objective of the study

The general objective of this consultancy work is to make a study on the Establishment
of Urban Land Development & supply Corporation at the regional and city level with
efficient and effective management system ensuring sustainable land provision in the
country. Specific objectives: - in line with the above objective, the study is expected to:
• Produce a comprehensive situational analysis and best practice document

111
MAR VOL.24 2017

• Produce Draft legal documents (proclamation to establish the Corporation and


working Regulation, and Directives that will strengthen smooth operation of the
corporation)
• Produce working manual that consists of structural frame work for the new
corporation to be established at Regional and city level
3. Scope of the study

In order to achieve the overall objective of making a study on the Establishment of


Urban Land Development & Supply Corporation at the Regional and city level, detail
assessment and study will be conducted on the Existing challenges on land development,
provision and financing the land development in Addis Ababa City Administration,
Amahara(Bahir Dar), Oromia (Adama), SNNPRS (Hawassa) and Tigray Regional State
(Makalle) and produce a comprehensive document that clearly demonstrates the
existing work flow, possible gaps and challenges of urban Land development and
provision and financing Problem in the country to best Understand the current
situation.
• Establish selection criteria and assess the best experiences of at least three
countries with clear and detail strengths and weakness of each practice to identify
the possible best land development and provision practices conducted in other
countries.
• Propose at least two land development and provision modalities with clear decision
parameters including the financing modalities. And up on the decision made on
the selected modality the study is also expected to produce best institutional and
operational modalities in line with the constitutional framework of the country
and best experiences of other countries.
• Draft legal documents, proclamation to establish the Corporation. And also
working Regulation, and Directives that will strengthen smooth operation of the
corporation.
• Produce working manual that includes work flow of for the established corporation
with clear institutional interface and linkage at Federal, Regional and urban level
to ensure efficient organizational setup.

112
MAR VOL.24 2017

And also Institutional frame work with clear manning and organ gram

Q The EOI shall include:


• Organizational or individual profile showing proven capability to carry out such
assignments.
• Summary description of key professional available for the assignment.
• Organization valid registration and tax certificates
The Urban Revenue Enhancement, Fund Mobilization and Finance
Bureau (UREFMFB), of the Ministry of Urban Development and Housing now invites
all eligible consultants to indicate their interest in providing the services. Interested
consultants must provide information indicating that they are qualified to perform the
services (brochures, description of similar assignments, experience in similar conditions,
availability of appropriate skills among staff, etc.). Consultants may associate to
enhance their qualifications.

The consultant will be selected in accordance with procedure set out in the Federal
Democratic Republic of Ethiopia Public Procurement Agency Guidelines Selection and
Employment of Consultants by Public Procurement agency, April, 2011.

Consultants may obtain further information from the address below during office hours:
8:30 A.M -12:00 Noon and 1 :30 PM -5:30 PM from Monday to Thursday, and 8:30 A.M
-11:30 A.M and 1:30 PM -5:30 PM on Friday. Expression of Interest must be delivered to
the address below not later than 14 days after the Request of expression of interest
noticed in The Ethiopian Herald newspaper 17 hours local time.

113
MAR VOL.24 2017

(45) The Agricultural Transformation Agency invites sealed bids from


eligible and qualified bidders for the procurement of server and server
accessories

Tender Closing Date Apr 3, 2017 03:00 PM

Tender Opening Date Apr 3, 2017 03:30 PM

Document Price Birr 100.00

Tender Bond Birr 25,000.00

Sector/Product Server & accessories

Ethiopian Agricultural Transformation Agency (ATA)

Buyer Tel. +251 115 570685, Fax +251 115570668,


Addis Ababa, Ethiopia

Tender No. ATA-NCB-G-201 7-0001

Description
1. The Ethiopian Agricultural Transformation Agency (ATA) is an initiative of the
Government of Ethiopia (GOE) established by federal regulation. The formation of the
ATA is a result of two years of extensive diagnostic study across eight sub-sectors
of Ethiopia’s agricultural system in a highly-consultative, multi stakeholder process led
by the Ministry of Agriculture with the support of the Bill & Melinda Gates Foundation.

2. The Agency has funds and it intends to apply part of the proceeds of this fund to
payments under the Contract for the procurement of goods- Server and Server
Accessories.

3. The Agricultural Transformation Agency now invites sealed bids from eligible and
qualified bidders for the procurement of Server and Server Accessories;
Serial No. Descriptions of item Unit of Quantity
measure

114
MAR VOL.24 2017

1.2 Server Pcs 2

1.2 Server hard disk Pcs 4

1.3 Server RAM Pcs 2

4. Bidding will be conducted in accordance with the open tendering procedures


contained in the Public Procurement Proclamation of the Government of the Federal
Democratic Republic of Ethiopia. Bidding is open to all Bidders from eligible source
countries.

5. A complete set of Bidding Documents in English 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 Birr 100 (one hundred) in cash.

6. Bids must be delivered to the address below at or before 03:00 PM, April 03,
2017. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be
opened in the presence of the bidders’ representatives, who choose to attend in person at
the address below at 03:30 PM April 03, 2017. All bids must be accompanied by a Bid
Security of Birr 25,000 (Birr twenty five thousand) or equivalent amount in a freely
convertible currency.

7. The purchaser reserves the right to reject any or all bids.

115
MAR VOL.24 2017

(46) TBO Printing and Publishing S.C invite interested and eligible
International bidders for the supply, installation, commissioning and training
of printing machinery and equipment

Tender Closing Date Apr 12, 2017

Tender Opening Date Apr 12, 2017

Document Price Birr 400.00

Tender Bond 1%

Sector/Product Printing machinery & equipment

TBO Printing and Publishing S.C


Buyer
Addis Ababa, Ethiopia

Tender No. TBO/ICB/G-01 /2017

Description
Extension of Tender
TBO Printing and Publishing S.C would like to announce to all bidders that, based on
the request of some bidders, tender No. TBO/ICB/G-01/2017 is extended up to April 12,
2017. And also be informed that the tender closing and opening will be on April 12, 2017
at 10:00 AM and 10:15 local time respectively.

116
MAR VOL.24 2017

(47) The United Nations Economic Commission for Africa (ECA) in


Addis Ababa, Ethiopia hereby seeks suitable contractors with to express their
interest for the provision of upgrading existing data center cooling and
environmental control systems using hot aisle containment solution with
integrated monitoring and management solution

Tender Closing Date Apr 6, 2017

Tender Opening Date Apr 6, 2017

Document Price Free

Tender Bond Not mentioned

Sector/Product ICT

ECA
Fax Number: +251 115 511874
Seller E-mail Address: michaelg@uneca.org or getachew17@un.org
UNSPSC Code: 43220000
Addis Ababa, Ethiopia

Tender No. 13581

Description

United Nations Procurement Division (UNPD) cannot provide any warranty, expressed
or implied, as to the accuracy, reliability or completeness of contents of furnished
information; and is unable to answer any enquiries regarding this EOI. You are
therefore requested to direct all your queries to United Nations Economic Commission
for Africa using the fax number or e-mail address provided below.

The United Nations Economic Commission for Africa (ECA) in Addis Ababa, Ethiopia
hereby seeks suitable contractors with valid license to express their interest for the
Provision of Upgrading Existing Data Center Cooling and environmental control

117
MAR VOL.24 2017

Systems using Hot Aisle containment solution with integrated Monitoring and
Management solution.

The vendor is expected to carry out a site visit, complete gathering of requirements,
validate the ECA requirements regarding the use of Data Center technologies within the
ECA environment; come up with design, bill of quantities, project plan proposal.

The assessment of requirement and design which involves gathering technical and
business data, requirements, constraints, etc. to be able to design an acceptable solution.
The vendor will perform an assessment to collect and review the data required to
develop employment strategy that meets ECA's requirement incorporating Best
practices as well as the previously identified technical and business requirements,
constraints, and assumptions.During this phase, the vendor shall:

• Schedule & conduct business process review sessions with ECA;

• Conduct interviews with, infrastructure managers, Data Center admins, and


Facility management engineers to obtain required information for design decisions;

Gather requirements for the targeted cooling, power, cabling, monitoring and
integration solution and easy operation:

• Analyze findings and success criteria;

• Review the current cooling, power and environmental controls to understand the
current requirement
Note
Information on tendering for the UN Procurement System available free of charge at the
following address: https://www.ungm.org/Public/Notice.

Only the united Global Market place(UNGM) has been authorized to collect a nominal
fee from vendors that wish to receive automatically Procurement Notices or Expressions

118
MAR VOL.24 2017

Of Interest. Vendors interested in this Tender Alert Service are invited to subscribe on
http://www.ungm.org.

Vendors interested in participating in the planned solicitation process should complete


the Vendor Response Form of this EOI and send it via fax or email to United Nations
Economic Commission for Africa (UNECA) before the closing date set forth above.

119
MAR VOL.24 2017

(48) Messebo Cement Factory PLC. (MCF PLC) invites eligible bidders for the
supply of different bicycle spare parts & others

Tender Closing Date Apr 11, 2017 05:00 PM

Tender Opening Date Apr 12, 2017 03:00 PM

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Bicycles spareparts

Messebo Cement Factory Plc


P.O. Box: 916
Buyer Telephone 0342410085/0344405806
Fax: +251 -344 408036/410863
Messebo site, Mekelle- Ethiopia

Tender No. MCF PLC 16/2009

Description
Messebo Cement Factory PLC. (MCF PLC) invites eligible bidders for the supply
of different Bicycle Spare Parts & Others

1. Bid document can be collected from Addis Ababa Messebo Cement Factory Liaison
Office Yeha Building 2nd floor in front of Bete Zata hospital or Mekelle Messebo Cement
Factory Plc Head office effective from the day of announcement against payment of
non-refundable Birr 100.00
2. All Bids must be submitted their bid in wax-sealed and stamped envelopes on or
before the closing date which is April 11 , 2017 G.C. 5:00 PM
3. Bidders must submit their technical and financial offers in two copies separately
by coming in person to Messebo Cement Factory head office, Mekelle.

4. Bids will be opened on April 12, 2017 G.C. at 3:00 PM (European time) in the presence

120
MAR VOL.24 2017

of interested bidders or their representatives who choose to attend at Messebo Cement


factory PLC Head office.
5. Bids must be accompanied by bid guarantee of 2% of the total price in the form
of C.P.O.
6. All bids that come after closing date of the tender will be rejected.

7. Messebo Cement Factory Plc reserves the right to reject fully or partially of the bid.

121
MAR VOL.24 2017

(49) The Oromia Water, Mineral & Energy Bureau now invites eligible
consulting firms (“Consultants”) to contract administration & construction
supervision towns’ of water supply and sanitation projects construction

Tender Closing Date Apr 9, 2017 5:30 PM

Tender Opening Date Apr 9, 2017 5:30 PM

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Construction Consultancy & supervision

Oromia Water, Mineral & Energy Bureau,


Buyer WaSH Coordination Office
Tel: 011 557 1306, Fax: 011 557 1298

Tender No. Not mentioned

Description
The Federal Democratic Republic of Ethiopia has received financing from different
financers toward the cost of the Water Supply, Sanitation & Hygiene projects, and
intends to apply part of the proceeds for consulting services. The consulting services
include assisting the user town water utilities in contract administration & construction
supervision towns’ of water supply and sanitation projects construction.
The Services are estimated to be rendered for a period of 12 months. Duties
& Responsibilities:

1. Reviewing and updating required documents for successful construction of water


supply and sanitation projects of Fitche, Gerba-Guracha, Holeta and Dembi-Dollo
towns.
2. Undertake contract administration & construction-supervision of water supply &
sanitation projects.

122
MAR VOL.24 2017

3. Reviewing and updating how existing water supply structure used in line with new
water supply components or integrate the new water supply system with existing
water supply system.
The Oromia Water, Mineral & Energy Bureau now invites eligible consulting firms
(“Consultants”) to indicate their interest in providing the services. Interested
Consulting firms must provide information that they are qualified to perform the
Services including:

• Brief description of the adequacy of the Consulting firm to respond to the


assignment (maximum 2 pages),
• Documentation justifying: general qualification: brochures, financial information
as turnover over the last 3 years, technical and managerial organization of the
Firm, general qualification and availability of appropriate skills among staff,
• Experience in similar conditions over the last 5 years,
• Description of a maximum of 3 similar assignments over the last 5 years (dates
and duration, financing source and a brief description), .Any other relevant
information.
The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s
Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA
Credits & Grants] by World Bank Borrowers January 2011 (“Consultant Guidelines”),
setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other films in the form of a joint venture or a
sub-consultancy to enhance their qualifications. A Consultant will be selected in
accordance with the Quality & Cost Based Selection (QCBS) method set out in the
Consultant Guidelines. Consultants can submit their expression of interest in one or
more groups of medium towns. Short listing will be done independently for each group
of medium towns. Local consultants should have renewed trade license & work permit
in water sector to participate in WaSH projects.Hence, those interested consultants
fulfilling the above requirements are invited to apply for submission of interest within
15 days after the last date of publication on The Ethiopian Herald Newspaper. ' Further
information can be obtained at the address below during office flours: Monday to Friday

123
MAR VOL.24 2017

(50) The Ethiopian Construction Works Corporation invites bidders for


Expression of Interest for Asset Revaluation & Inventory and Human Resource
Development Policy & Strategy

Tender Closing Date Apr 19, 2017 10:00 AM

Tender Opening Date Apr 19, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond 0.5%

Sector/Product Asset revaluation & HR development strategy

Ethiopian Construction Works Corporation,


P.O. Box 21952/1000,
Buyer Telephone Nos. 251-1-8 96 29 91
Fax 251-1-6 67 60 90
Addis Ababa, Ethiopia

Tender No. ECWC T-34/2009

Description
1 . The Ethiopian Construction Works Corporation invites sealed bids under
Competitive Bidding from interested, eligible & registered bidders to submit sealed
Expression of
Interest for : -
• Lot I- Asset Revaluation & Inventory
• Lot II Human Resource Development Policy & Strategy
2. Interested bidder is required to submit appropriate documentary evidence that
demonstrates its compliance

3. The bidding document may be purchased by interested bidders from the office of the
Bulk Procurement Team against payment of non-refundable fee of Birr 100.00 upon
presentation of valid documents mentioned under N0. 2 above (i-iii).

124
MAR VOL.24 2017

4. This invitation for bid is open to all interested bidders regardless of their nationality
and the bid evaluation and award shall be determined in accordance with the provisions
indicated in the bidding document. The bidding document is prepared in
English Language. The bidding procedure is a two envelope system.

The Post—Qualification Application and the Financial Offer should be wax sealed
separately into two separate envelopes.

The first envelope containing the post-qualification application, eligibility certificates,


the required bid security and bid validity period shall be clearly marked as” post
qualification application

and the second envelope that contains the financial offer shall be marked as “submission
of financial offer” for the consultancy services of Asset Revaluation & Inventory.

5. Bids must be delivered or deposited in the Tender Box situated in the Bulk
Procurement Team office of the Corporation before the closing date and time on April 19,
2017 at 10:00 AM local time.

6. Bids will be opened at 10:00 AM. on April 19, 2017 in the Conference Room of the
Ethiopian Construction Works Corporation in the presence of bidders and/or their
legal representatives who choose to attend.

7. Bids must be accompanied with a Bid Security of not less than 0.5% of the total
quoted value and not to exceed Birr 500,000.00. The Bid Security is required to be either
in a form of certified cheque (CPO) or Bank Guarantee.

8. The Ethiopian Construction Works Corporation reserves its rights, to reject any or all
bids.

125
MAR VOL.24 2017

(51) The Tigray Bureau of Water Resource invites for the procurement of pipe
supported Irrigation system construction of Raya Alamata Woreda (RPW-29 &
RPW-85)

Tender Closing Date Apr 28, 2017 03:00 PM

Tender Opening Date Apr 28, 2017 03:30 PM

Document Price Birr 200.00

Tender Bond Birr 120,000.00

Sector/Product Pipe supported irrigation system

Tigray Bureau of Water Resource


P.O. Box 520,
Buyer Tel: +251 344 40 24 39
Fax: +251 34 441 96 37
Mekelle, Ethiopia

Tender No. NCB/TG/AGP/Works -05/2017

Description
1. The Government of Federal Democratic Republic of Ethiopia has received
financing from the World Bank toward the cost of the Agricultural growth program,
and intends to apply part of the proceeds toward payments under the Contract
NCB/TG/AGP/Works- 05/201 7 for the procurement of Pipe supported Irrigation
system construction of Raya Alamata Woreda (RPW-29 & RPW-85)
2. The Tigray Bureau ofWater Resource now invites sealed bids from eligible
bidders. Qualification and requirement including machinery, personnel, technical,
financial legal and other additional requirements may be provided in the bid
document. This procurement is not subjected to marginal preference.
3. Bidding will be conducted through Competitive Bidding procedures as specified in
the World Bank’s Guidelines: Procurement ofGood Works and Non-Consulting
Services under IBRD Loans and IDA Credits & Grants by World Bank
Borrowers (“Procurement Guidelines”), and is open to all eligible bidders as

126
MAR VOL.24 2017

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.
4. Interested eligible bidders may obtain further information from Procurement
section Room number 104 old Building and inspect the bidding document during
office hours 2:00-6:30 and 8:00- 11:30 local time starting from 29 March 2017 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 200 Ethiopian Birr. The method of
payment will be on Cashier’s check. The document will be collected from bureau.
6. Bids must be delivered to the address below Tigray Region Water Resource Bureau
Procurement section, office number 1 03 old building on or before 28 April 2017 at
3:00 PM. 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 28 April 2017 at
3:30PM. The Bureau reserves the right to accept or reject the bid partially or fully.
7. All bids must be accompanied by a bid security of 120,000 Ethiopian birr in the
form of CPO or unconditional bank guarantee and bid shall be valid for 60 days
after bid opening. The bid security is valid for 28 days after bid validity period.

127
MAR VOL.24 2017

(52) Bedele Brewery s.c. would like to invite bidders for the sale of obsolete
spare part Items located at its brewery Site

Tender Closing Date Apr 10, 2017 05:00 PM

Tender Opening Date Opening date not specified

Document Price Birr 100.00

Tender Bond Birr 50,000.00

Sector/Product Sale of Brewery factory obsolete spareparts

Bedele Brewery S.C


Heineken Breweries sc,
Buyer T +251 (0).11 4 70 30 20,
M +251 (0) 926755479;M +251 (0) 910 504286;,0913309586;
Addis Ababa, Ethiopia

Tender No. Bed/Bs/01/17

Description
Bedele Brewery s.c. would like to invite potential Tenderers for the Sale of Obsolete
spare part Items located at its brewery Site. Therefore we would like bidders to submit
their sealed bid as per the below information:

• Tenderers shall submit their Tender in a sealed envelope;


• The Tenderers shall submit a bid bond to the value of 50,000 ETB to the name of
Bedele Brewery SC;
• The bid bond to the unsuccessful Tenderers shall be released within 10 working
days after closing of the Tender;
• The Tender bond shall be released to successful Tenderer after signing of the
contract-and making full payment to the contract value;
• The successful Tenderers shall sign the contract within 10 working days after
award notification, and failure to comply with this shall result in forfeiting of the
bind bond:

128
MAR VOL.24 2017

• Tenderers shall collect the document by paying 100.00 ETB non-refundable up on


receiving the documents from the below address:
• Tenderers shall specify the reference number of these bid invitation while
submitting their document.
• Tenderers shall collect the detail document TOR (Terms of Reference) and submit
their bidding documents

129
MAR VOL.24 2017

(53) Harar Brewery s.c. would like to invite potential biddders for the sale of
obsolete spare part Items located at its brewery Site

Tender Closing Date Apr 10, 2017 05:00 PM

Tender Opening Date Opening date not specified

Document Price Birr 100.00

Tender Bond Birr 50,000.00

Sector/Product Sale of Brewery factory obsolete spareparts

Harar Brewery S.C


T+251(0) 11 4 70 30 20,
Buyer
M+251(0)926755479;M +251(0)910 504286;0929531859
Addis Ababa, Ethiopia

Tender No. Har/Bs/02/17

Description
Harar Brewery s.c. would like to invite potential Tenderers for the Sale of Obsolete
spare part Items located at its brewery Site.
Therefore we would like bidders to submit their sealed bid as per the below
information:

Tenderers shall submit their Tender in a sealed envelope;


• The Tenderers shall submit a bid bond to the value of 50,000 ETB to the name of
Harar Brewery SC;
• The bid bond to the unsuccessful Tenderers shall be released within 10 working
days after closing of the Tender;
• The Tender bond shall be released to successful Tenderer after signing of the
contract and making full payment to the contract value;
• The successful Tenderers shall sign the contract within 10 working days after
award notification, and failure to comply with this shall result in forfeiting of the
bind bond;

130
MAR VOL.24 2017

• Tenderers shall collect the document by paying 100.00 ETB non-refundable up on


receiving the documents from the below address:
• Tenderers shall specify the reference number of these bid invitation while
submitting their document.

131
MAR VOL.24 2017

(54) Request For Expressions Of Interest consultant services for GEQIP II


comprehensive evaluation (mid term and exit evaluation)

Tender Closing Date Apr 17, 2017 05:30 PM

Tender Opening Date Apr 17, 2017 05:30 PM

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Consultancy

Ministry of Education
P.O. Box: 1367, TEL. 251-11-1565558 or 553133
Buyer
FAX 251-11-1570686, Email:
Addis Ababa, Ethiopia

Tender No. MOE/GEQIP-2/QCBS/C-44/13

Description
It is to be recalled that Federal Ministry of Education has invited interested consulting
firms to participate for above captioned consultancy service which was advertised
on Ethiopian Herald on January 24, 2016. On advertised date and opening the
expression of interest, we have noticed that the evaluation period has been lapsed due to
posing after midterm comprehensive appropriate period. Accordingly, the Ministry with
some amendment in the terms of reference would like to re-advertise the expression of
interest and hereby announce to all potential consultingfirms to participate; those who
have submitted their expression of interest previously, humbly request you to resubmit
your proposal as per revised TOR described here under.

1. INTRODUCTION

1 .1 . This notice for expression of interest follows the General Procurement Notice for
this Project that appeared in development Business, issued no. WB3002-06/1 4 of
June 06, 201 4.

132
MAR VOL.24 2017

1 .2. The Federal Democratic Republic of Ethiopia has received a financing in amount
ofUSD550 million equivalents from the World Bank and it intends to apply part of the
proceeds to payments under the Contract for selection of a consulting firm for GEQIP II
Comprehensive Evaluation (midterm and exit evaluation). This Contract will be jointly
financed by the Global Partnership for Education (GPE), UK Department of
International Development (DFID), Italian Development Cooperation, Finland Ministry
of Foreign Affairs, Norwegian Embassy and US Agency for International
Development(USAID).

2. OBJECTIVES

2.1 .The overall objective is to conduct a comprehensive evaluation to assess GEQIP 2


and to generate evidence of the project’s results and impacts towards
institutional improving, learning conditions and strengthening capacity of education
management at different levels (throughout Federal including MOE and universities,
Regional (including CTEs), Zone, Woreda and school level). The overall objective of the
study is to conduct a comprehensive evaluation of GEQIP II (Mid Term and Exit
Evaluations of the project in 2017 and 2018 respectively) to monitor its progress
and results, and general evidence of the project’s results and impacts towards
institutional strengthening and improving learning conditions.

2.2. The specific objectives of the comprehensive evaluation are (i) to evaluate the extent
to which the key inputs (GEQIP II-related) have influenced processes (teaching and
learning in the classrooms) and led to improved student outcomes (as measured by
standardized test results and completion rates) as well as results indicators set out in
the PAD; (ii) to assess how key stakeholders view the relevance, effectiveness and
impact of the sequencing and mix of key inputs, and to use this information to inform
the design of future sector project; and (iii) to assess the sustainability of the project and
how this can be strengthened in the future.

133
MAR VOL.24 2017

3. SCOPE AND MAJOR TASKS OF THE CONSULTANCY

3.1 . The comprehensive evaluation of the project will be conducted as midterm and exit
surveys in 201 7 and 201 8 respectively. The evaluations will cover all aspects
of GEQIPII, including (i) assessment of higher-level PDO indicators; (ii) progress toward
GEQIP II PDO achievement through tracking of PDO indicators; (iii) progress of
each component through tracking of outputs by components; and (iv) Degree of
integration of cross-cutting themes into GEQIP II implementation. The consultancy will
be conducted from federal level to regional level including MOE
Directorates, universities covered by the project, Regional Education Bureaus, Colleges
ofTeacher Education, woredas, and schools, taking representativeness of all the project
targets into consideration.

3.2. The consultancy has the following major tasks:


• Develop a framework for evaluating the performance of the project and submit to
the MoE for comments and approval.
The consultant should (i) incorporate and emphasize the use of internationally
recognized best practices for project evaluation; (ii) take into account a framework used
for GEQIP I baseline and exit surveys. In addition, The consultant must identify specific
questions to assess the relevant change over time of selected program processes,
intermediate and final outcome indicators;

• Identify the key indicators- for inputs, processes/behaviors, outputs, outcomes, and
impact.
• Develop a framework and approach for measuring change in these key indicators
over time.
• Develop the appropriate survey instruments, including the
• new qualitative surveys related to behaviors, performance,and interactions of
parents, teachers, and students, as referred to above; with due consideration
ofGEQIP I evaluation as a baseline for the current evaluation (for components that
were part of (GEQIP I) .

134
MAR VOL.24 2017

• Construct and draw up the representative sample ofZones, Woredas, schools,


grade levels and sections/classrooms; universities, and CTES from each region
(considering urban rural places of residence and gender well considered as
alsoindicated earlier
4. DELIVERABLES
• Inception Report
• A detailed matrix of all the indicators as part of Inception Report
• Survey implementation manual specifying protocols that will be followed to ensure
quality of the survey
• GEQIP II midterm evaluation report, disaggregated by component, category of
implementing agencies, gender and locations, with comparison established with
the results of GEQIP I exit evaluation, as well as raw data in electronic copy.
• GEQIP II midterm survey results dissemination and training workshop.
• GEQIP II exit evaluation report, disaggregated by component, category of
implementing agencies, gender and locations, in comparison with GEQIP I exit
and GEQIP II midterm evaluations, as well as raw data in electronic copy.
• GEQIP II exit survey results dissemination and training Workshop.
The Federal Democratic Republic of Ethiopia, Ministry of Education now invites an
international eligible consultancy firm that can work in consortium with an experienced
and capable local consultancy firm to indicate their interest in providing the services.
Interested consultants must provide information indicating that they are qualified to
perform the services.

The short-listing criteria are: Core business and years in business, qualification in the
field of the assignment, technical and managerial organization of the firm, general
qualification and number of key staff. Consultants may associate with other firm in the
form of a joint venture or a sub consultancy to enhance their qualifications.

A consultant will be selected in accordance with the procedures set out in the World
Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers
dated January 20l l. Interested consultants may obtain further information at

135
MAR VOL.24 2017

the address below during office hours; from Monday, up to Thursday morning from
8:30AM to 1 2:30AM and afternoon 1 :30PM to 5:30PM and on Friday morning from
8:30AM to 11:30AM and afternoon 1:30 PM to 5:30 PM

The deadline for receipt of Expression of Interest is April 17, 2017. Expressions of
interest must be delivered to the address

136
MAR VOL.24 2017

(55) Tigray Region Water Resources Bureau invites bidders for the procurement of
deep well drilling

Tender Closing Date Apr 27, 2017 09:00 AM

Tender Opening Date Apr 27, 2017 09:30 AM

Document Price Birr 200.00

Tender Bond Refer table below

Sector/Product Deep well drilling

Tigray National Regional State Water Resources Bureau


P.O. Box 520, Tel. +251344413292/412439, Fax:
Buyer +251344419637
Mekelle, Tigray

Tender No. NCB/TIG/COWASH/01/2009

Description
TITLE: Procurement of deep wale drilling at Tabla nikah neksege, weredas endamohoni,
southern zone ofTigray. Tabia kuluferha wereda medebay zana eastern zone ofTigray
The budget acquired from COWASH and it intends to apply part of the funds to cover
eligible payments under the Contract Bid - No. NCB/TIG/COWASH/01 /2009 for the
procurement of deep wale drilling as indicated in the table below: -

Lot Name of table Wereda Zone No. of system Bid security


No construction amount

1 Tabia nikah neksege, Endamohoni Southeren 01 25,000.00


weredas zone

2 Tabia kuluferha Medabay zana North west 01 20,000.00

137
MAR VOL.24 2017

2. Tigray RegionWater Resources Bureau now invites sealed bids from eligible and
qualified bidders for procurement of deep wale drilling.

3. Evaluation will be on Lot -by- Lot basis and the requirement of rig shall be one rig for
one lot and if a bidder is participating in more than one lot for one rig; it will be a
rejection point.

4. Bidding will be conducted through the competitive bidding procedures as specified in


the government of Ethiopia Guideline: Procurement under government ofEthiopia, and
is open to all bidders from eligible source countries as defined in the guideline.

5. The interested contractor has to provide information on available construction


machineries and Vehicle; experience in similar project, available skilled man power and
other relevant information as specified in the bid document.

6. Bids shall be valid for a period of sixty (60) plus 28 days after Bid opening and must be
accompanied by bid security in the form of (unconditional Bank Guarantee, or CPO) as
indicated in the table above and shall be delivered to the above office on or before bid
closing date at or before 3:00 AM local time ሚሚሚሚ 19, 2009.
7. Bids shall be opened at 3:30 AM local time ሚሚሚሚ 19, 2009 in the presence of the
bidders who wish to attend. Electronic bidding will not be permitted. Late bids will be
rejected.
8. Interested bidders will be requested to after one Original and two copies of their
technical and financial proposals separately sealed in one envelop as specified In the
bidding document to be provided.

9. A complete set of bidding documents in English may be purchased directly from


Tigray National Regional State Water Resources Bureau, Kebels-03 (Ayder),
Procurement section, up on payment of a non refundable fee birr 200.00 at office hours
and must be submitted to the same address.
10. The Bureau reserves the right to accept or reject all or parts of the bid.

138
MAR VOL.24 2017

(56) Ethio telecom invites all interested and eligible bidders by this International
competitive Bid (ICB) for the procurement of sealed battery

Tender Closing Date May 2, 2017 05:00 PM

Tender Opening Date May 3, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product Sealed battery

Ethio telecom,
Buyer
P. O. Box 1047, Addis Ababa, Ethiopia.

Tender No. 3580051

Description

For the procurement of sealed Battery 12V-65Ah


1. Ethio telecom intends to sign a Master Frame Agreement (MFA) contract for one
(1) year with a possibility of extension up to a maximum of 3 years with the finally
awarded bidder bidders. Hence, ethio telecom invites all interested and eligible
bidders by this International competitive Bid (ICB) for the procurement of Sealed
Battery 12V-65Ah with RFQ No. 3580051. The Tender remains floating from April
3, 2017 to May 2, 2017.

Bid documents can be obtained from ethio telecom's Head Of- fice, Room No. 201 during
office hours (Monday to Friday) upon payment of a non-refundable fee of Birr 100.00
(Birr One Hundred only).

2. Interested eligible bidders may obtain further information from ethio's website
and inspect the bidding document upon payment of a non-refundable fee of Birr
100.00 (Birr One Hundred only) in person from Head Quarter, 2nd Floor, and
Room No. 201.

139
MAR VOL.24 2017

2.1. Sealed bids marked as: "Tender for the Supply of Sealed Battery 12V-65Ah with
RFQ No. 3580051"

2.2. Bid proposal will be received at the Churchill Road, Head Quarter 2nd Floor, Room
No.214, Before or on May 2, 2017 until 5:00 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 on May 3, 2017at
10:00 A.M, at Churchill Road, Head Quarter 2nd Floor, Room No.213.
4. Partial bid is NOT allowed.

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

140
MAR VOL.24 2017

(57) Ethio telecom invites all interested eligible bidders by this


International competitive Bid (ICB) for the procurement of "Organizational
Health Assessment"

Tender Closing Date May 2, 2017 02:00 PM

Tender Opening Date May 2, 2017 02:30 PM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product Organization Health Assessment-Telecom

Ethio telecom,
Buyer
P. O. Box 1047, Addis Ababa, Ethiopia.

Tender No. 3575021

Description
Ethio telecom invites all interested eligible Bidders by this International competitive
Bid (ICB) for the procurement of "Organizational Health Assessment" (RFQ 3575021)

1. 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 Head Quarter, 2nd Floor,
and Room No. 201 during Office hours (Monday to Friday).
2. Interested all bidders are expected to fulfill the Eligibility Requirements stated
here below.
2.1 Eligibility Requirements

2.1.1 Availability of bid security.

2.1.2 Availability of Letter of Authorization to sign the bid offers;

2.1.3 Availability of anti-bribery pledge form;

2.1.4 Availability of Compliance statement for all terms and reference;

141
MAR VOL.24 2017

2.1.5 Bidders should have a valid and renewed trade license for the year;

2.1.6 Bidders should register with the appropriate government organ on there
respective countries.

2.1.7 Bidders should be VAT registered (for Local bidders)

3. Sealed bids marked as: "Organizational Health Assessment"

4. Bid proposal will be received at the Churchill Road, Head Quarter 2nd floor,
Room No.214, before or on May 02, 2017 until 02:00 P.M. Bids presented by any
bidder after the closing date shall not be accepted.
5. Bids received in time and fulfilling the other formalities shall be opened in the
presence of interested bidders or their legal representatives at 02:30 P.M on May
02, 2017 at Churchill Road, Head Quarter 2nd floor, Room No.213.
6. Ethio telecom reserves the right to reject any time all or parts of this bid.

7. Bidders are seriously advised to read and comply with the instructions provided
in this bidding document.

8. Partial Bid is not allowed.

142
MAR VOL.24 2017

(58) The Oromia Water, Mineral & Energy Bureau invites eligible consulting
firms (“Consultants”) to contract administration & construction supervision
towns’ of water supply and sanitation projects construction

Tender Closing Date Apr 12, 2017 05:30 PM

Tender Opening Date Apr 12, 2017 05:30 PM

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product Construction

Oromia Water, Mineral & Energy Bureau, WaSH


Coordination Office
Buyer Tel: 011 557 1306, Fax: 011 557 1298
Addis Ababa, Ethiopia

Tender No. Not mentioned

Description
The Federal Democratic Republic of Ethiopia has received financing from different
financers toward the cost of the Water Supply, Sanitation & Hygiene projects, and
intends to apply part of the proceeds for consulting services. The consulting services
include assisting the user town water utilities in contract administration & construction
supervision towns’ of water supply and sanitation projects construction.

The Services are estimated to be rendered for a period of 12 months. Duties


& Responsibilities:

1. Reviewing and updating required documents for successful construction of water


supply and sanitation projects of Fitche, Gerba-Guracha, Holeta and Dembi-Dollo
towns.
2. Undertake contract administration & construction-supervision of water supply &
sanitation projects.

143
MAR VOL.24 2017

3. Reviewing and updating how existing water supply structure used in line with new
water supply components or integrate the new water supply system with existing
water supply system.
The Oromia Water, Mineral & Energy Bureau now invites eligible consulting firms
(“Consultants”) to indicate their interest in providing the services. Interested
Consulting firms must provide information that they are qualified to perform the
Services including:

• Brief description of the adequacy of the Consulting firm to respond to the


assignment (maximum 2 pages),
• Documentation justifying: general qualification: brochures, financial information
as turnover over the last 3 years, technical and managerial organization of the
Firm, general qualification and availability of appropriate skills among staff,
• Experience in similar conditions over the last 5 years,
• Description of a maximum of 3 similar assignments over the last 5 years (dates
and duration, financing source and a brief description), .Any other relevant
information.
The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s
Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA
Credits & Grants] by World Bank Borrowers January 2011 (“Consultant Guidelines”),
setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other films in the form of a joint venture or a
sub-consultancy to enhance their qualifications. A Consultant will be selected in
accordance with the Quality & Cost Based Selection (QCBS) method set out in the
Consultant Guidelines. Consultants can submit their expression of interest in one or
more groups of medium towns. Short listing will be done independently for each group
of medium towns. Local consultants should have renewed trade license & work permit
in water sector to participate in WaSH projects.

144
MAR VOL.24 2017

(59) The ministry of Urban Development and Housing invites bidders to


submit sealed expression of interest for data center renovation and
standardization

Tender Closing Date Apr 12, 2017

Tender Opening Date Apr 12, 2017

Document Price Not mentioned

Tender Bond Not mentioned

Sector/Product ICT

Ministry of Urban Development and Housing


Tel. 0115540632, Fax, 0115541289
or 0115 541268 Email address
Buyer supplymanagement2@gmail.com
P.O.Box.24134/ 1000,
Addis Ababa, Ethiopia

Tender No. 006/2009

Description
The Ministry of Urban Development and Housing has allocated Budget and intends to
apply part of the proceeds of these funds toward the cost of Data Center Renovation and
Standardization. The ministry of Urban Development and Housing now invites suitably
qualified bidders to submit sealed expression of interest for Data Center Renovation and
Standardization. The Ministry of Urban Development and Housing is exerting efforts to
extensively utilize various urban developments and housing information applications to
achieve its sector goals and foster its organizational mission. This should
ultimately enable business process in the urban development to be more
transparent and efficient in such a way that service delivery will be improved and speed
up. As part of the lCT development efforts, Ministry of Urban Development and Housing
has planned to upgrade its Data Center.

145
MAR VOL.24 2017

The data center doesn’t maintain its standard which lacks basic safety equipment and
materials to protect it from various dangerous, treats and not well built according to the
requirement of national standards even though there are many operating systems.
applications and datasets in it. The data center is intended to serve at national level
for urban development and housing sectors. It includes keeping data and information
that have been generating at Federal, Regional and Local (urban center) levels as well
as from other sources. The data are related with urban land, land use and topographic
maps, aerial photos, satellites images, and different types of data etc. so the data center
should be kept safe by equipping it with basic equipments and materials as well as built
in accordance with the requirements set. The objective of this project is to upgrade the
Ministry’s data center up to the standard level. It includes constructing the necessary
and reinforcing the existing parts of the data center and equips with basic equipments.

The specific objectives of the assignment are to:. Provide user friendly environment with
efficient, less technical support and open to performance upgrade/future expansion and
can accommodate efficiently all data transmission service to the work stations. K
Ensure seamless connectivity and real time exchange of information.
• Easy detection/troubleshooting of defective parts.
• Ensure compatibility and allow open design for Wireless Technology (Wi-Fi) access
point.
• Meet the current standard architectural and structural components for the
renovation of data center
• Can support cooling system,
• Water leakage detection.
• Can have and load security equipment
The assignment will require MSC/BSC in computer science computer Engineering/
information technology and the services of consultants with technical competence in
computer science /Electrical Engineering / information technology- with a track- record
of professional Certificate: CISCO Certified Network professional (CCNP),
ClSCOCertified Network associate (CCNA) Security and other related professional
certifications . All the detail tasks will be specified and detailed in the Terms of

146
MAR VOL.24 2017

Reference and Request for Proposals to be provided to the short listed firms. The
estimated implementation period for the project is approximately 36 months from
commencement. Expressions of interest will be evaluated in accordance with
procedures set out in the Government Guidelines for Procurement of Consultants as
issued by the Public Procurement and Property Administration Agency, Ministry of
Finance and Economic Development, Federal Democratic Republic of Ethiopia.
Participation is open to all eligible bidders. in sending their expressions of interest,
interested firms must provide information indicating that they are qualified to perform
the services.

147
MAR VOL.24 2017

(60) Selam Bus Line Share Company invites all interested Bidders for the
supply of heavy duty Weigh bridge to be installed at Selam Bus Line Share
Company Mekelle branch compound

Tender Closing Date Apr 12, 2017 02:30 PM

Tender Opening Date Apr 12, 2017 03:00 PM

Document Price Birr 100.00

Tender Bond 2%

Sector/Product Heavy duty weigh bridge

Selam Bus Line Share Company,


Fax: - +25111 5158696
Buyer
E-mail selamline@gmail.com
Addis Ababa, Ethiopia

Tender No. Not mentioned

Description
1. Selam Bus Line Share Company invites all interested Bidders for the supply
of heavy duty Weigh bridge to be installed at Selam Bus Line Share Company
Mekelle branch compound.
2. Bidders shall submit Technical and financial document in separate sealed
envelope.
3. The Bidder shall submit, together with the Bid documents, a renewed
Business License as well as VAT registration Certificate.
4. The Bidder shall include a Bid Bond with an amount 2% of the Price offer by CPO.
5. The Bidder shall buy the Bid document with a non-refundable birr 100(one
hundred) starting from March 27, 2017 at the Head office of Selam Bus Line Share
Company, located at Meskel Square, Finfine building, 5th !fifth! floor room NO 21.
6. The Bid will be floated for 15 /fifteen! working days, starting from March 27, 2017
up to April 12, 2017, and will be closed on April 12, 2017 at 2:30 Pm.

148
MAR VOL.24 2017

7. The Bid will be opened on April 12, 2017 at 3:00 Pm, in the presence of bidders
and legal representatives at room no 4th floor, Meskel Square, Finfine building
Meeting Hall.
8. Selam Bus Line Share Company has the right to fully or partially reject the
Tender without prior notice.

149
MAR VOL.24 2017

(61) Awash International Bank S.c. invites sealed bids from eligible
bidders for the supply of Point of sale machines (POS)

Tender Closing Date May 9, 2017 10:00 AM

Tender Opening Date May 9, 2017 10:30 AM

Document Price Birr 100.00

Tender Bond Not mentioned

Sector/Product Point of sale machines (POS)

Awash International Bank S.C.


Seller
Addis Ababa, Ethiopia

Tender No. AIB 27/2016/17

Description
1. Awash International Bank S.c. invites sealed bids from eligible bidders for the supply
of Goods listed hereunder.

S.N Description Unit of Measurement Quantity

1.1 Point of sale machine(POS) PCS 600

2.Bidding will be conducted in accordance with the open tendering procedures contained
in the Directives of the Bank and other Relevant Laws of the country, and is open to all
eligible bidders.

3. A complete set of bidding documents in English shall be obtained from Procurement


Division of Awash International Bank S.c located at Awash Towers 10th floor room No
10-02 upon producing receipt of non refundable fee of Birr 100.00 /One Hundred/ by
depositing in Account Number 01540000544500, at AWASH INTERNATIONAL BANK
S.C, FINFINE BRANCH, located at the Bank's Head Quarter Building, (Awash Tower),
Ground floor during office hours (Monday to Friday 8:00AM-12:00PM; 1:00PM- 4:30PM
and Saturday 8:00AM-12:00PM) starting from March 27, 2017 upon Presentation of

150
MAR VOL.24 2017

copy of renewed Trade license, Certificate of registration, Tax Clearance certification,


VAT Registration Certificate and TIN Registration Certificate for local bidders.

4. The eligible bidders may submit their bids in the bidding document sent to them, in
their own names only. The bids must be accompanied by a bid Bond of birr 150,000.00
for local bidders and 6000.00 USD for foreign bidders in the form of Bank Guarantee or
Cashier's Payment Order(C.P.O) in favour of Awash International bank s.c. from a)
Citibank N.A. New York, b) Citi Bank N.A. London, c) Commerez Bank A.G. d)deutsche
Bank A.G., e) National Westminster Bank, f) ING Bank Amsterdam, g) any other AAA
bank acceptable to Awash International Bank s.c. or h)any local Bank acceptable to
Awash International Bank s.c. The bank guarantee issued by any schedule bank must
be counter guaranteed by local bank and valid for 180 days from the last date of
submission of the bid.
5. Bid document must be deposited in the bid box prepared for this purpose on or before
May 9,2017 10:00 AM in the above mentioned address.
6. Bid opening shall be held at the office of Director, Shared Services Awash Tower 10th
floor in the presence of bidders and/or their representatives who, wish to attend on May
9,2017 at 10:30 AM.
7. Interested eligible bidders may obtain further information from the office of
Procurement Division Tel. 011-57-11-07/00-84.

8. Failure to comply any of the conditions from item 2 to 5 above shall entail automatic
rejection.

9. The bank reserves the right to accept or reject the bid either partially or fully.

151
MAR VOL.24 2017

(62) Commercial Nominees pic would like to invite eligible bidders for the supply of
Ready-made over coats and rain coats

Tender Closing Date May 9, 2017 02:00 PM

Tender Opening Date May 9, 2017 03:00 PM

Document Price Birr 100.00

Tender Bond Birr 100,000.00

Sector/Product Readymade overcoats & rain coats

Commercial Nominess PLC


Commercial Bank of Ethiopia
Buyer Tel: 011 1 56 52 08 or 011 1 110970,
fax: 011 1 551911 or 011 1 561667
Addis Ababa Ethiopia

Tender No. Not mentioned

Description
Commercial Nominees pic is founded & owned by Commercial Bank of Ethiopia. The
Company would like to invite eligible bidders for the supply' of:
• Lot 1- Ready-made over coat, Quantity-15300
• Lot 2- Ready-made rain coat, Quantity-15300
Local bidders should attach tax clearance certificate of the period, VAT certificate and
relevant trade license & Suppliers registration certificate with their bid document.
The bidding document shall be obtained from the Company located at Commercial Bank
of Ethiopia Teklehaymanot Branch Building 3rd floor, Logistics and Facility
Management Division office No 117 up on payment of non- refundable Birr
100.00 during working hours (8:00 am - 12:00 a.m, in the morning and 1:00pm -5:00 pm
in the afternoon, Monday -Friday)
All bids should be accompanied by a bid bond of Birr 100,000.00 in a form of CPO or
unconditional Bank Guarantee.

152
MAR VOL.24 2017

Bids should be deposited in the tender box placed at the address mentioned above
until May 9, 2017 at 2:00 p.m. Bids shall be opened on the same date at 3:00 p.m in the
presence of bidders or their representatives in the Assembly Room of the Company.
Bids that do not meet the requirement mentioned above shall be rejected with no
further notice.
The Company reserves the right to accept or reject any or all bids.

153
MAR VOL.24 2017

(63) The Federal Democratic Republic of Ethiopia Pharmaceuticals Fund and Supply
Agency (PFSA) invite all interested bidders to submit their bids for the procurement
of syphilis RPR test kit

Tender Closing Date May 6, 2017 02:00 PM

Tender Opening Date May 6, 2017 02:30 PM

Document Price Birr 300.00

Tender Bond Birr 2000.00

Sector/Product Syphilis RPR test kit

Pharmaceuticals Fund and Supply Agency (PFSA)


Buyer P.O. Box 21904, Tel. +251 11 276 32 70
Fax. +251 11 275 25 55, Addis Ababa, Ethiopia

Tender No. ICB/PFSA6/MOH/SDG PF-2009/RPR/LR/03/17

Description
1. The Federal Democratic Republic of Ethiopia Pharmaceuticals Fund and Supply
Agency (PFSA) invite all interested bidders to submit their bids for Procurement of
syphilis RPR test kit.
2. Interested eligible bidders may obtain further information from Pharmaceuticals
Fund and Supply Agency, Telephone: +251 -11 -2763270/ 2763266, Fax: +251 -11
-2752555 Addis Ababa, Ethiopia and inspect the Bidding documents at the address
given below from 8:30-12:30 PM and 1:30 -5:30 PM from Monday to Friday, except
on public holidays.
3. A complete set of Bidding Documents 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 nonrefundable fee Ethiopian Birr 300.00 (Three Hundred
Birr) or equivalent in a freely convertible currency. Those who want the bid
document to be sent by a Courier Service shall pay an additional amount of ETB
2000.00 or equivalent in a freely convertible currency for a Courier Service charge
or send a pre-paid Courier Service Coupon The method of payment will be in cash,

154
MAR VOL.24 2017

or Cashier's Payment Order (C.P.O.), or direct deposit to PFSAA/C No. 01720861


83100 with Commercial Bank of Ethiopia, Gullele Branch.
4. Bid must be delivered to the address below on or before 35 calendar days after the
date this notice posted on the “Ethiopian Herald” Newspaper before 2:00 P.M local
time. Late bids will be rejected. Bids will be opened in the presence of bidders or
their representatives, who choose to attend in person at the Conference Hall of the
Agency on the last day of bid submission at 2:30 P.M local time (For further detail
refer to the Bid Document that will be sold subsequently.)
5. Bid must be accompanied by a fixed Bid Security as indicated in the bidding
document.
6. The agency reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids, at any time prior to award of contract without there by
incurring any liability to the affected bidder or bidders or any obligation to inform
the affected bidder or bidders on the ground for the company’s action.
7. Evaluation criteria will be stipulated in the bidding document.

155
MAR VOL.24 2017

(64) Ethio telecom invite all interested and eligible bidders for the
procurement of word press plugins and themes

Tender Closing Date Apr 27, 2017 05:00 PM

Tender Opening Date Apr 28, 2017 10:00 AM

Document Price Birr 100.00

Tender Bond Birr 100,000.00

Sector/Product Word presss plugins & themes

Ethio telecom,
Buyer P. O. Box 1047, Addis Ababa, Ethiopia.

Tender No. 3579031

Description
1. The Tender remains floating from April 3, 2017 to April 27, 2017.

2.The complete set of the Bidding Document can be obtained from ethio telecom's Head
Office, Room No. 201 during Office hours (Monday to Friday) upon payment of a
non-refundable fee of Birr 100.00 (Birr One Hundred only).
3. Interested eligible bidders may obtain further information from ethio telecom's
website and .inspect the Bidding Document in person at ethio telecom's Head Office
room No 201. All Bids must be accompanied by a Bid Security in the amount of
Birr 100,000.00 (One hundred Thousand Birr). The Bid Security shall remain valid for
at least 148 days after and including the date of bid opening. On or before April 27, 2017
until 5:00 P.M the bids presented by any bidder after the closing date shall be rejected.
4. Bids received on time and fulfilling all the required formalities shall be opened in the
presence of interested bidders or their legal representatives' on April 28, 2017 at 10:00
A.M, at ethio telecom's Head Quarter, 2nd floor, Room No.213.
5. Ethio telecom reserves the right to reject all or parts of this bid.

156
MAR VOL.24 2017

(65) Sugar Corporation invites suitably qualified & eligible bidders to submit
wax-sealed bid for the provision of consultancy services for ERP and AMS
implementation

Tender Closing Date May 16, 2017 02:00 PM

Tender Opening Date May 16, 2017 02:10 PM

Document Price Birr 500.00

Tender Bond Birr 500,000.00

Sector/Product Consultancy on ERP & AMS implementation

Sugar Corporation,
Tel: +2511 11 5 15 12 14 FAX: +251 11 5 15 11 80
Buyer
P. o. Box 20034-1000
Addis Ababa
Addis Ababa, Ethiopia.
Tender No. FP/OT/22/SC 2016/17

Description
Sugar Corporation invites suitably qualified & eligible bidders to submit wax-sealed bid
for the Provision of Consultancy Services for ERP and AMS Implementation.

1. The objectives of the feasibility studies are mainly include:

• Examine, review and update feasibility study documents prepared by different


consulting firms;
• Undertake new feasibility on some of the indicated projects
• Generate final feasibility study documents to the international standard;
2. A bidder to be considered for this assignment shall present data and testimonials that
it has rich experience in providing consultancy services of similar nature. The type and
number of projects handled by the bidder and the implementation time shall be clearly
indicated by the firms with testimonials.

3. The best evaluated bid shall be the bid that scores a minimum of 80% from technical
evaluation and least price from the financial evaluation. "

157
MAR VOL.24 2017

4. Interested eligible Bidders are invited to participate in this tender directly or through
their duly represented local agents. In case of represented by the local agent, the agent
shall furnish letter of representation from the principal and valid Trade License,
Current Tax Clearance, TIN, VAT and Suppliers’ Registration Certificates from the
mandated public body.

5. A complete set of bidding document in English can be purchased by interested bidders


during office hours from the address mentioned below upon payment of a nonrefundable
fee of Eth. Birr 500 (Birr Five Hundred) in cash: Sugar Corporation Procurement &
Logistics Kasanches, near Development Bank of Ethiopia Ki-med University College
PLC Building, 1st Floor Room No. 103 Josif Tito Street Tel: +2511 11 5 15 12 14 FAX:
+251 11 5 15 11 80 P. o. Box 20034-1000 Addis Ababa
6. Bids must be addressed and delivered to the buyer at the address mentioned above at
or before 2:00 pm (afternoon) May 16, 2017. The document will be received through bid
box or hand delivered. No liability will be accepted by the buyer for loss or late delivery,
and late submissions shall be rejected. Bids will be opened in the presence of bidders or
their representatives who choose to attend on the date and address specified above
at 2:10 pm (afternoon) May 16, 2017.
7. All bids must be accompanied by a bid security of USD 25, 000. 00( US Dollar Twenty
Five Thousand) or Birr 500, 000. 00(Birr Five Hundred Thousand) in the original form
of CPO or an Unconditional Bank Guarantee from Commercial Bank of Ethiopia. The
Bid Security shall be valid for at least One Hundred Twenty (120) days after the bid
submission deadline. The bid shall remain valid for Ninety (90) days after the bid
submission deadline.
8. Sugar Corporation reserves the right to accept or reject any or all bids. Sugar
Corporation.

Sugar Corporation

158
MAR VOL.24 2017

(66) The Central Statistical Agency (CSA) of FDRE Planning Commission


invites bidders for the procurement of general IT support, preventive and
corrective maintenance service of data center

Tender Closing Date May 1, 2017 02:00 PM

Tender Opening Date May 1, 2017 02:30 PM

Document Price Birr 100.00

Tender Bond Birr 10,000.00

Sector/Product IT

Central Statistical Agency


Buyer
Addis Ababa, Ethiopia.

Tender No. CSA/NCB2/015/09

Description

The Central Statistical Agency (CSA) of FDRE Planning Commission has budget to
finance the Procurement of General IT Support, Preventive and Corrective Maintenance
Service of Data Center, consisting of 1 set of 160 kVA online APC UPS, 2 sets of precision
and comfort type AC and systems such as Surveillance camera, Security access control,
Building management and sensors, the fire and smoke detection with suppression,
Power distribution system of the racks and cable management.

Bidding will be conducted through the Competitive Bidding procedures as specified in


the FDRE Procurement Guideline and are open to all bidders as defined in the
Guidelines.

The General IT Support, Preventive and Corrective Maintenance Service agreement


with the awarded bidder shall cover 3 (three) years continuing service period. Interested
eligible bidders may obtain further information, inspect the Bidding Documents and
obtain the complete set of Bidding Documents against payment of a non refundable fee
of Ethiopian Birr 100.00 (One Hundred Birr) during official working hours from:

159
MAR VOL.24 2017

Procurement and property Administration Directorate; Room No. 10-11, Tel. 011 156 42
26, Fax: 011 111 54 70 to the South of Taytu Hotel, Piasa, Addis Ababa, Ethiopia Bids
accompanied by a Bid Security of Birr 10,000.00 (Ten Thousand) and valid for a period of
60 calendar days from the date of bid opening must be delivered to the above address on
or before 2:00 PM on the 30th day from the date of first issue of this announcement in
the Addis Zemen newspaper.

If this day is not working day, the deadline will be the next working day. Bids will be
opened at the address above on the same date fixed for closing at 2:30 PM in the
presence of the bidders’ representatives who choose to attend. CSA reserves the right to
reject all or part of the bid.

160
MAR VOL.24 2017

(67) Mizan-Tepi University Teaching Hospital now invites sealed bids from eligible
bidders for the construction works

Tender Closing Date Apr 21, 2017 10:00 AM

Tender Opening Date Apr 21, 2017 10:00 AM

Document Price Birr 200.00

Tender Bond Birr 150,000.00

Sector/Product Construction

MIZAN- TEPI UNIVERSITY


Buyer Tel: +25147336513 or +251473360204

Tender No. Not mentioned

Description
1. Mizan-Tepi University has allocated funds for the procurement of works - Tender for
the Construction of:-

1.1. Construction of MTU Teaching Hospital Temporary Package 1 Projects

1.2. Construction of MTU Teaching Hospital Temporary Package 2 Projects

1.3. Construction of MTU Teaching Hospital Temporary Package 3 Projects

1.4. Construction of MTU Teaching Hospital Temporary Package 4 Projects And now
invites sealed bids from eligible bidders for the above construction works. Bidding is
open to all Grades Six (6) BC/GC and above contractors who can demonstrate adequate
capacity and experience in similar works.
2. Bidding will be conducted through Competitive Bidding procedures contained in
public procurement proclamation of the Federal Government of Ethiopia.

3. Interested eligible bidders may obtain further information from MizanTepi University
Procurement Team office and inspect the bidding documents at the address given below

161
MAR VOL.24 2017

from Monday to Friday within office hours. Bidders shall provide all legal status
documents valid for the bidding period.

4. A complete set of bidding documents in English shall be purchased by interested


bidders as of the first announcement date of the bid on Newspaper up to the bid closing
date and time at the address given below and upon the presentation of the legal
documents and Payment of a non-refundable fee of ETB 200 (Two Hundred) at
Mizan-Tepi University at Mizan Campus Procurement Team office. No liability will be
accepted for loss or late delivery
5. One original and each two photo copies of technical proposal shall be produced and
sealed separately in different envelope and each sealed original and two photo copies
shall be sealed in one another outer envelope and labeled as "original and photo copy” on
each sealed envelopes and outer envelope and all proposal documents collectively must
be placed in the already prepared bid box along with a separately sealed bid security
150,000 ETB as stated in the procurement document, in acceptable form from a
reputable bank, besides One original and each two photo copies of Financial proposal
shall be produced and sealed separately in different envelope and each sealed original
and two photo copies shall be sealed in one another outer envelope and labeled as
"original and photo copy” on each sealed envelope and all proposal documents
collectively must be placed in the already prepared bid box. Sealed bids shall be
delivered for the procurement Team office on or before the 21st Working day at 10:00
AM at office hours counted from the bid announcement date at Mizan Tepi University,
Mizan Campus procurement unit office.
6. The university shall select the successful contractor by applying the evaluated least
cost based selection method. Bidders must meet the first stage i.e. minimum 70%
qualification criteria to pass the second stage i.e. financial proposal evaluation and
comparison. Late bidders will be rejected, proposal bid documents of bidders will be
opened in the presence of bidders or their authorized representatives, who may choose to
attend on the 21st Working day at 10:30 AM counted from the bid announcement date at
Mizan Tepi University, Mizan Campus, Procurement Team Office
7. One Bidder is allowed to compete only in one Package.

162
MAR VOL.24 2017

(68) The SNNP Regional Water & Irrigation Development Bureau now invites
sealed bids from local or international eligible bidders for water supply and
sanitation project

Tender Closing Date May 3, 2017 02:00 PM

Tender Opening Date May 3, 2017 02:30 PM

Document Price Birr 200.00

Tender Bond Birr 30,000.00

Sector/Product Water supply and sanitation project

SNNP Regional Water & Irrigation Development Bureau


Tel: +25146 220 99 74

Buyer Fax +25146 220 39 39 /+25146 220 69 98


P.O. Box: 153
Hawassa, Ethiopia

Tender No. Refer table below

Description
1 . The SNNP Regional Water & Irrigation Development Bureau through the
Government of Ethiopia has received a budget from One WaSH National Program-
Consolidated WaSH Account (OWNP-CWA) toward the cost of the Water Supply and
Sanitation Project.

2. The SNNP Regional Water & Irrigation Development Bureau now invites sealed bids
from local or international eligible bidders for the following projects construction:
S/No. Bid No. Name of project Zone Woreda Grade
1 SNNPRWIDB/OWNP/CWC/05/2017 Fango gechecha Wolayita Humbo WWC &
small works GC or
contract WWC 5
civil-works and

163
MAR VOL.24 2017

supply and above


installation of
EM WSP

2 SNNPRWIDB/OWNP/CWC/06/2017 Farawocha Wolayita Boloso WWC &


small works bombe GC or
contract- civil WWC 5
works, supply and
and installation above
of EM WSP

3 SNNPRWIDB/OWNP/CWC/10/2017 Wachiga busha Wolayita Sodo WWC &


small works zuriya GC or
contract- civil WWC 5
works, supply and
and installation above
of EM WSP

4 SNNPRWIDB/OWNP/CWC/08/2017 Shalle sade Wolayita Kindo WWC &


small works didaye GC or
contract- civil WWC 5
works, supply and
and installation above
of EM WSP

5 SNNPRWIDB/OWNP/CWC/07/2017 Girara Wolayita Demote WWC &


expansion small woyde GC or
works contract- WWC 5
civil works, and
supply and above
installation of
pipe and fittings

164
MAR VOL.24 2017

WSP

6 SNNPRWIDB/OWNP/CWC/09/2017 Udula motol Wolayita Boloso WWC &


expansion small bombe GC or
works contract- WWC 5
civil works, and
supply and above
installation of
pipe and fittings
WSP

7 SNNPRWIDB/OWNP/CWC/04/2017 Sinkale bitana Halaba WWC &


expansion small special GC or
works contract- woreda WWC 5
civil works, and
supply and above
installation of
pipe and fittings
WSP

8 SNNPRWIDB/OWNP/CWC/11/2017 Fango koisha Wolayita Duguna WWC &


expansion small fango GC or
works contract- WWC 5
civil works, and
supply and above
installation of
pipe and fittings
WSP

1. Bidding will be conducted through a COMPETITIVE BIDDING procedure specified in


the Wold Bank's Guidelines: Procurement under IDA Credits, and is open to all bidders
from eligible source countries as defined in the Guidelines.

165
MAR VOL.24 2017

2. Bids shall be valid for a period of Sixty days (60 days) after Bid opening.

3. Bids must be accompanied by bid security of 30,000.00 (Thirty Thousand) Birr for
each project in the form ofBank Guarantee or CPO and shall remain valid for 90
(Ninety) days. Insurance bond is not acceptable.

4. Qualification requirement include: 1 / owner ship and/or existing lease of relevant


equipment and machinery (One Dump truck, One Service Car, Vibrator, Mixer and etc 2/
Specific experience of at least one project in water works construction of similar nature.
3/ availability of relevant experienced personnel as provided in the bidding document
with others additional details.

5. A complete set of bidding documents in English may be purchased by interested


bidders on the submission of a written application to the SNNP Regional Water &
Irrigation Development Bureau, Procurement, Finance and Property Adm. Supportive
Process at the address given below, upon payment of ETB 200.00, (Two Hundred)
non-refundable fee for each water supply project. The method of payment will be in cash
against receipt.

6. Bids must be delivered to the SNNP Regional Water & Irrigation Development
Bureau, Room number 101 , Hawassa City, Tel: 046221 2469, at or before 2:00 P.M. on
May 3, 2017 G.C or 25/08/2009 E, C . Electronic bidding will not be permitted. Late bids
will be rejected.

7. Bids will be opened in the presence of the bidders’ / their representatives who choose
to attend in person at 2:30 P.M on May 3, 2017 G.C or 25/08/2009 E.C.

8. The SNNP Regional Water & Irrigation Development Bureau reserves the right to
reject all or part of the bid.

166
MAR VOL.24 2017

******** ******** *******

167

You might also like