Tender Notice Board
Discover the latest public procurement and private sector tenders from across Ethiopia. Register to unlock full details.
Search Tenders
The construction activities for these office areas will be carried out according to the prioritization criteria established by AGGAR. The interior design should establish a consistent visual language and spatial layout that encourage interaction, cre
አጋር ማይክሮ ፋይናንስ ተቋም አ.ማ AGGAR MICRO FINANCE INSTITUTION S.C Invitation to Bid Advertisement For the Procurement of Interior Design and office Setup Service AGGAR MICRO-FINANCE S.C. was established by 443 visionary investors, comprising both individuals and enterprises, with an initial paid-up capital of ETB 4.2 million. The institution was founded to address the financing challenges faced by the “missing middle,” often referred to as Micro and Small Enterprises (MSEs). It received its operational license from the National Bank of Ethiopia (NBE) on March 18, 2004, and commenced operations in April 2004 with just two branches. As of December 31, 2025, the number of shareholders has increased to 995, and the paid-up capital has grown to ETB 475 million. The company’s total assets have also seen significant growth, reaching ETB 1.1 million as of the same date. AGGAR MICRO-FINANCE S.C. offers loan and savings services through its 29 branches located across five regions of Ethiopia, including Central Ethiopia, Sidama, Oromia, Amhara, and Addis Ababa. The objective of this Bid advertisement is to buy an interior design and construction services that reflect AGGAR’s new brand identity. The interior design will be implemented at the Head Office level as well as at the 29 branches located both in Addis Ababa and outside the City. The construction activities for these office areas will be carried out according to the prioritization criteria established by AGGAR. The interior design should establish a consistent visual language and spatial layout that encourage interaction, creativity, and productivity among users (clients, employees etc.), in alignment with the branding elements outlined in the guideline. Thus, interested bidders can purchase a complete set of terms of references (TOR) for the above activities engagement upon payment of non-returnable fee of birr 1,000.00 (one thousand birr only) starting from April 01, 2026 to April 15, 2026 (Fifteen days) at office working hours from the address mentioned below. Instruction to Bidders The Bidders should submit at least the following:- Bidders must have renewed trade license and registration certificate. VAT and TIN registration certificate. Tax clearance certificate for 2017 E.C. The company profile. Evidence of previous experience in providing similar organization. Strong interior design skills and the ability to meet deadlines Deadline for the submission of both the technical and financial proposals in a separately sealed envelope on or before April 15,2026 at 10:00 AM to HRM and Facility Administration Directorate located as Lideta Sub-city, around Balcha Hospital, Dama House Building office No. 305. Bid security of 2% of the total quoted price in separate and sealed envelope. Bid proposals will be opened on April 15,2026 at 10:30 AM in presence of bidders or their representative who wants to attend at Lideta Sub-city, around Balcha Hospital, Dama House Building office No. 305. Bidders must submit their documents in English. One original and one copy of technical and financial proposals should be presented separately with sealed envelope. Bidders can collect the Term of Reference (TOR) for the activities Engagement from Aggar Micro Finance Head Office HRM and Facility Directorate Office No. 305 and adhere to the requirements and instructions within the TOR. Aggar Micro Finance S.C reserves the right to accept or reject all or parts of the bid at any time without assigning any reason or reasons whatsoever. ADDRES:-AGGAR Microfinance Institution Share Company. Behind Balcha Hospital, Dama House Building 3rd floor HR and Facility Administration Directorate Room Number 305 Telephone: 251-11-5577195 Fax: 251-11-5577234 Addis Ababa, Ethiopia
Closing Date
Check Details
It is to be recalled that Nib International Bank has invited interested and eligible bidders for NIB head quarter building main entrance, lobby and mezzanine floor interior design project under bid Ref. No. NIB /58/2025/26.
EXTENSION OF BID CLOSING AND OPENING PERIOD FOR THE UNDER LISTED BID It is to be recalled that Nib International Bank has invited interested and eligible bidders for NIB head quarter building main entrance, lobby and mezzanine floor interior design project under bid Ref. No. NIB /58/2025/26. With reference to this bid, the bank has sought necessary to extend the bid opening and closing period in order to have sufficient time for bidders as well as the Bank as indicated as follow. Bid closing date will be April 13, 2026 at 3:00 PM and Bid opening date will be April 13, 2026 at 3:15 PM Therefore, you are required to act in accordance with the adjusted time schedule. All other terms and conditions in the bid document remain unchanged. Telephone +251 11 5 504425/+251 11 580651 Fax +251 11 5 622448 Addis Ababa, Ethiopia
Closing Date
Check Details
Mercy Corps is seeking qualified suppliers and Service providers for the below categories:
Date: May 04, 2026 Tender Notice Mercy Corps is a non-religious, non-profit, and non-governmental international humanitarian organization. Mercy Corps is seeking qualified suppliers and Service providers for the below categories: S/N Description Tender Number 01 Security Guards and cleaners for Mercy Corps offices; Addis Ababa and Mekelle for two years period MSA/ADD/003/2026 02 Hotel Services including Lunch, Refreshment, Meeting Hall and Accommodation for Mercy Corps; for two years period MSA/ADD/002/2026 03 Travel Management Services including flight booking and ticketing for domestic and international flights MSA/ADD/001/2026 If you are interested in participating in any of the bids, you should collect/request Intent to bid form and submit it according to the guidelines below. The intent to bid can be requested by sending an email to et-tender-questions@mercycorps.org and request the Intent to Bid. Make sure to write the Tender number and description of the bid in the subject line of the email. Requests sent without a description and Tender reference number may not be considered. Requests of intent to bid form after the 12th of May 2026, will not be considered. Completed Intent to Bid for all categories must be submitted by 13th of May 2026, 5:00 pm ONLY through the below. Submit the completed form to et-tender-questions@mercycorps.org with the Tender Reference number and description in the email subject line. Submissions without description and tender reference number may not be accepted. After the closing date of this Tender Notice, the tender package will be sent to the suppliers who submitted the filled out, signed and stamped Intent to Bid and supplier information forms. Mercy Corps reserves the right to reject all or part of the bids
Closing Date
Check Details
AGGAR MICRO FINANCE INSTITUTION S.C, Invitation to Bid Advertisement For the Procurement of Interior Design and office Setup Service
AGGAR MICRO FINANCE INSTITUTION S.C Invitation to Bid Advertisement For the Procurement of Interior Design and office Setup Service AGGAR MICRO-FINANCE S.C. was established by 443 visionary investors, comprising both individuals and enterprises, with an initial paid-up capital of ETB 4.2 million. The institution was founded to address the financing challenges faced by the “missing middle,” often referred to as Micro and Small Enterprises (MSEs). It received its operational license from the National Bank of Ethiopia (NBE) on March 18, 2004, and commenced operations in April 2004 with just two branches. As of December 31, 2025, the number of shareholders has increased to 995, and the paid-up capital has grown to ETB 475 million. The company’s total assets have also seen significant growth, reaching ETB 1.1 million as of the same date. AGGAR MICRO-FINANCE S.C. offers loan and savings services through its 29 branches located across five regions of Ethiopia, including Central Ethiopia, Sidama, Oromia, Amhara, and Addis Ababa. The objective of this Bid advertisement is to buy an interior design and construction services that reflect AGGAR’s new brand identity. The interior design will be implemented at the Head Office level as well as at the 29 branches located both in Addis Ababa and outside the City. The construction activities for these office areas will be carried out according to the prioritization criteria established by AGGAR. The interior design should establish a consistent visual language and spatial layout that encourage interaction, creativity, and productivity among users (clients, employees etc.), in alignment with the branding elements outlined in the guideline. Thus, interested bidders can purchase a complete set of terms of references (TOR) for the above activities engagement upon payment of non-returnable fee of birr 1,000.00 (one thousand birr only) starting from April 01, 2026 to April 15, 2026 (Fifteen days) at office working hours from the address mentioned below. Instruction to Bidders The Bidders should submit at least the following:- Bidders must have renewed trade license and registration certificate. VAT and TIN registration certificate. Tax clearance certificate for 2017 E.C. The company profile. Evidence of previous experience in providing similar organization. Strong interior design skills and the ability to meet deadlines Deadline for the submission of both the technical and financial proposals in a separately sealed envelope on or before April 15,2026 at 10:00 AM to HRM and Facility Administration Directorate located as Lideta Sub-city, around Balcha Hospital, Dama House Building office No. 305. Bid security of 2% of the total quoted price in separate and sealed envelope. Bid proposals will be opened on April 15,2026 at 10:30 AM in presence of bidders or their representative who wants to attend at Lideta Sub-city, around Balcha Hospital, Dama House Building office No. 305. Bidders must submit their documents in English. One original and one copy of technical and financial proposals should be presented separately with sealed envelope. Bidders can collect the Term of Reference (TOR) for the activities Engagement from Aggar Micro Finance Head Office HRM and Facility Directorate Office No. 305 and adhere to the requirements and instructions within the TOR. Aggar Micro Finance S.C reserves the right to accept or reject all or parts of the bid at any time without assigning any reason or reasons whatsoever. ADDRES:-AGGAR Microfinance Institution Share Company. Behind Balcha Hospital, Dama House Building 3rd floor HR and Facility Administration Directorate Room Number 305 Telephone: 251-11-5577195 Fax: 251-11-5577234 Addis Ababa, Ethiopia
Closing Date
Check Details
Camara Education Ethiopia hereby invites eligible and qualified firms to submit sealed proposals for the digitization of Curriculum-Based Life Skills Modules into interactive digital learning packages.
CAMARA EDUCATION ETHIOPIA REQUEST FOR PROPOSALS (RFP) RFP No.: CEE/RFP/2026/01 Date: 26/04/2026 Procurement of Design, Development, and Implementation of Digital Skills Training Modules with an Offline-Capable Learning Management System (LMS) Introduction Camara Education Ethiopia is an international NGO registered with the Authority for Civil Society Organizations (License No. 1923) and a long‑standing partner of the Federal Ministry of Education (MoE) since 2011, supporting the expansion of inclusive digital learning in disadvantaged communities in Ethiopia. In line with its program implementation requirements, Camara Education Ethiopia hereby invites eligible and qualified firms to submit sealed proposals for the design, development, and implementation of digital skills training modules supported by an offline-capable Learning Management System (LMS). Scope of Services The assignment includes the design, development, customization, and – of an offline-capable LMS, along with the development of structured digital skills training modules. The system must support content delivery, learner management, assessment, and reporting functionalities suitable for low-resource and low-connectivity environments. Detailed Terms of Reference (ToR), including full technical specifications and deliverables, can be accessed by scanning the QR code below, or using the link. Link-Detailed-terms-of-reference-ToR Eligibility Requirements Participation in this procurement is open to legally registered firms with proven experience in software development, Learning Management Systems (LMS), and digital content development. Bidders must possess: Valid and renewed business license relevant to the assignment VAT registration certificate Tax Identification Number (TIN) Demonstrated experience in similar assignments Evidence of technical and financial capacity Proposal Requirements Bidders shall submit separate Technical and Financial Proposals. The Technical Proposal must include: Understanding of the assignment Proposed methodology and work plan Relevant experience and past performance Team composition and qualifications The Financial Proposal must include: Detailed cost breakdown Applicable taxes clearly indicated Bid Security and Performance Security The successful bidder shall provide a Performance Security in the form of an unconditional and irrevocable bank guarantee equivalent to five (5%) of the total contract price within seven (7) working days of notification of award. Time Frame The procurement process shall commence from the date of issuance of this request. Date of Issue: 26 April 2026 Submission Deadline: 10 May 2026 Late submissions will not be accepted. Proposal Submission Proposals must be submitted in person in sealed envelopes to: Camara Education Ethiopia Lideta Sub-City, near Balcha Hospital Dama House Building, 3rd Floor, Office No. 304 Addis Ababa, Ethiopia Technical and Financial Proposals must be submitted separately and clearly marked. Rights and Reservation Camara Education Ethiopia reserves the right to accept or reject any proposal, in whole or in part, without assigning any reason. The organization also reserves the right to cancel or amend the procurement process at any stage. For more information Contact Camara Education Ethiopia Lideta Sub-City, near Balcha Hospital Dama House Building, 3rd Floor, Office No. 304 Addis Ababa, Ethiopia Contact person cell phone: 0912691097 email: yaredlulu@camara.org
Closing Date
Check Details
The Carter Center – Ethiopia, invites sealed bids from registered contractors for the construction of New School Water supply schemes for hand and face washing to students in the school to prevent Trachoma and create clean face with detailed selected
THE CARTER CENTER ETHIOPIA Invitation to Advertisement of Bid NCB No. 007/2026 TCC-E BID DOCUMENT FOR SCHOOL WATER PROVISION CONSTRUCTION WORKS The Carter Center – Ethiopia (TCC-E) is a non-profit international NGO committed to fighting disease. In collaboration with the Federal Ministry of Health, Regional Health Bureaus, and other partners, TCC-E has been striving to prevent, control, and eliminate Neglected Tropical Diseases in Ethiopia for the past twenty-five years. TCC-E invites sealed bids from registered contractors for the construction of New School Water supply schemes for hand and face washing to students in the school to prevent Trachoma and create clean face with detailed selected intervention areas (locations). List of School water schemes and selected kebeles in two woredas of North Shoa Zone in Amhara Region. Zone Woreda Kebele School Name Water scheme type * Intended Completion Date (Calendar days) LoT No Grade & License required North Shoa Ensaro Geza Washa Kokob Mesk Spring Development 60 Days Lot-1 7-GWWC/WWC and above Diremu Ediget Line Extension Ensaro Wokelo Wokelo Line Extension 45 Days Lot-2 7-GWWC/WWC and above 01 Lij Syoum Line Extension Moretna Jiru Bolo Chira Wonz Line Extension 45 Days Lot-3 7-GWWC/WWC and above Bolo Bolo Line Extension Moretna Jiru Kusaye Kusaye Shallow Well 60 Days Lot-4 5-In drilling & 7-GWWC/WWC and above Mangudo Qersa Shallow Well *Some major facilities constructed as the following but not limited to and listed in detail in the bid form/BoQ: Gravity Spring Development with Masonry Reservoir, spring capping, hand and face washing fountain, pipe laying and Fencing. Shallow well drilling, Shallow well headwork, Masonry Reservoir, hand and face washing fountain and Fencing. Line extension with Masonry/Fiberglass Reservoir, Roto Seat, hand and face washing fountain, and Fencing. Eligibility Criteria: Where a contractor wishes to participate in this bid must have: A renewed Trade and Construction license valid for the year 2018 E.C by Ministry of Water and Energy or other bureaus who have mandate to give it under category of General Water Works grade seven (GWWC-7)/Water Works Contractor grade Seven (WWC-7) and above for construction of Spring development, line extension and Roof Water Harvesting ; except the Shallow well Drilling and related to shallow well construction; For shallow well drilling, head work construction and related to shallow well construction in this bid specified in detail on the Shallow well construction BoQ, the contractors /participants should have both 5-In drilling & General Water Works grade seven (GWWC-7)/ 5-In drilling & Water Works Contractor grade seven (WWC-7) and above A tax clearance certificate valid for the year 2018 E.C at submission of bids. Taxpayer registration certificate and VAT registration; and Bid Security which amount, type and validity time specified in No 6 below. This invitation for bid is open to all interested Ethiopian National Contractors(bidders) and the bid evaluation and award shall be determined in accordance with the provisions indicated in the bidding document based on The Finance and Procurement Manual of the TCC-E and The Amhara region’s National Competitive Bidding (NCB) procurement guidelines. The bidding document shall be prepared in the English Language. A single bidder is allowed to participate in all Lots. But the Bidder will be awarded only one Lot in this Bid based on the financial result and technical documents. Bidders must submit the technical and financial documents separately. The bid is valid for 90 days from the date of opening. All bids must be accompanied by a Bid Security of 2% of bidding amount in ETB for each LoT, in the form of CPO, a certified cheque or Unconditional Bank Guarantee valid for 120 days from the date of submission. Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer. The Bid Security of unsuccessful bidders will be returned within one week after concluding the contract and after contract security has been furnished by the successful Bidder. The Bid Security may be forfeited: If the Bidder withdraws the Bid after Bid opening during the period of Bid validity. If the Bidder does not accept the correction (Arithmetic check) of the Bid price; and In the case of a successful Bidder, if the Bidder fails within the specified time limit to: Sign the contract agreement; or Furnish the required Contract Security. Bidders must not be under any form of debt; they must not have declared bankruptcy or ceased their business operations; and they must not be barred from engaging in commercial activities. Sealed and signed bids must be delivered to TCC-E zonal Coordination office in the Tender Box situated at the Zonal TCC-E Coordination office, Debre Birhan (Zonal Administration Building 1st floor) before/on the closing date April 08, 2026, at 10:00 AM (4:00 Local time). Delivering bids after closing time will not be
Closing Date
Check Details
imagine 1 Day International Organization, Tigray Regional Coordination Office, invites all eligible BC/GC Contractors to bid construction of TLS for the following Projects located at districts of Raya-Chercher, Korem and Zata Southern Zone of Tigray
Bid No.Tig/i1d/Finland/UNICEF/002/2026 Date:29/03/2026 Invitation for Bid Imagine 1 Day is a non-religious, non-profit making International NGO founded in Vancouver, Canada, in 2007, and has been operating in Ethiopia since November 2007. We are registered as an implementing NGO with Legal License Number 0885 from the federal Charities and Societies Agency that has been investing in Education, Agriculture, WASH, Livelihood, Opportunity Development, and Emergency Response projects in Tigray, Oromia, Afar, South Ethiopia, South West Ethiopia, Central Ethiopia, Sidama, Amhara, Benshangul Gumize, and Somalia regions. It has also been implementing Emergency Response projects in Tigray, particularly in Child protection, Gender-Based Violence prevention and response, WASH in emergencies, and Education in Emergencies in most areas of Tigray. To achieve its objective, imagine 1 Day International Organization, Tigray Regional Coordination Office, invites all eligible BC/GC Contractors to bid construction of TLS for the following Projects located at districts of Raya-Chercher, Korem and Zata Southern Zone of Tigray Region TLS Construction Lot-1 Raya-chercher distrcit (Qersole, Taeda-mayda, Dodota, Quleta and Maru primary schools). Lot-2 Korem District (Qola-Tsihdi and Meskote-Birhan) primary schools Lot-3 Zata district (Dara-Mariam, Beqeda, Dinka and Dara-Welaku) primary schools Tenders duly filled must be accompanied by: – Renewed business license, commercial registration certificate, taxpayer registration certificate, certificate of competence, and value-added tax declaration for the year 2018 E.C. Bid security bond 5% of the bid amount (before VAT) by CPO or unconditional Bank guarantee (Cash and Insurance bonds are not acceptable). Eligible Contractors must have a certificate of competence Grade-5 and above and have experience in Construction of TLS and Learning classrooms in NGO with five (5) similar projects from the year 2010 E.C. up to now and shall collect/buy the tender document starting from the date 30/03/2026 from Imagine1 day Tigray coordination office The Contractor shall start execution of the Works within 7 (seven) calendar days from the date of signing of the contract and shall complete and hand over the same to the Employer within 45 (forty-five) calendar days from the date of signing of the contract. The method of bid evaluation is running per Lot Bidders must fill out all bid documents that were received for the competition that are indicated in the price quote; Unless otherwise, he/she will be rejected. If any unclear or erased rate or estimation it will be rejected. The bid offer should include all the above-mentioned tender documents, like the bid lot name, bidder’s name, address, and legal stamp of the contractor, and be submitted in a sealed envelope to Imagine 1day International Organization, Tigray Regional Coordination office, at 08/04/2026, from 9:00 AM -10:00 AM (morning). Documents that have the list of activities can be obtained from Imagine 1 Day International Organization, Tigray Regional Coordination Office, starting from the announced date by paying 600 Birr (not reimbursed), and the contractor must have an original and a copy of its renewed business license, certificate of competence, and indicated working experience upon buying the documents. The Bidder shall submit their best technical offer that includes work experience and machinery in one Original and one copy, financial offer in one Original and two copies in separate sealed envelopes CPO with a separate envelope, and then sealed all in one huge envelope Bid will be: Closed on 08/04/2026 at 9:00 AM (3:00 local time) and opened on 08/04/2026 at 9:30 AM (3:30 local time) in the presence of bidders or their legal representatives at Imagine 1 Day International Organization, Tigray Regional Coordination office, Mekelle. Imagine 1 Day International Organization, Tigray Regional Coordination office, reserving the right to accept or reject the bid fully or partially. For additional information, contact Imagine 1 Day International Organization, Tigray Regional Coordination office located at MEKLLE, Adi Haqi sub-city (Adi-Hawsi Market), Hidase Kebele, which is 250 meters south of Libanos Hotel. Phone 034-4-403715/034-4-404933 Web: WWW.imagine 1day.org
Closing Date
Check Details
MCMDO hereby invites eligible and qualified contractors to submit bids for the rehabilitation of 36 Health Facilities, Solarization of water scheme and Non medical items supplies to ensure quality health care and Nutrition services for vulnerable peo
Invitation for Tender Bid Announcement No. MCMDO – 08/2026 Mothers and Children Multi-sectoral Development Organization (MCMDO) is an indigenous, non-governmental, and non-profit organization established in 1997. It is re-registered in accordance with the Civil Societies Organization (CSO) Proclamation No. 1113/2019, with certificate number 0022. Currently, MCMDO is implementing a multi-sectoral humanitarian response project across various regions of Ethiopia, targeting communities affected by conflict and drought. As part of this initiative, MCMDO provides an Integrated Multisectoral Rapid Life-Saving Response to Disease Outbreaks and Acute Malnutrition in collaboration with UNOCHA/EHF, 2nd Reserve Allocation 2026 (U.S.-Funded Rapid Life-Saving Response Allocation). A key component of this response involves the rehabilitation of Health facilities, Solarization of of water scheme and Non medical equipment supplies. MCMDO hereby invites eligible and qualified contractors to submit bids for the rehabilitation of 36 Health Facilities, Solarization of water scheme and Non medical items supplies to ensure quality health care and Nutrition services for vulnerable people living in nine woredas of the Tigray region and Area 3. Invitation to Bid Available Online Interested bidders are advised that the Invitation to Bid (ITB) documents can be collected from the MCMDO official website. Please visit www.mcmdo.org/bid to download the full bid package and instructions attached as an annex to this document. Eligibility Requirements MCMDO considers tenders as eligible when they fulfil the Following requirements; The bidders should Share Our Mission and Vision – Bidders must demonstrate a clear understanding of and alignment with our organization’s mission and vision. Slot 1 and 2 (Rehabilitation of Health facilities and Upgrading to Solarized Borehole / SHW). Slot 3: Non-Medical Equipment for TFP Services Regulatory Compliance Slot 1 and 2: Bidders must be compliant with all applicable national and international regulations governing the drinking water scheme and Health Facilities rehabilitation or construction. Valid license from the relevant construction, water, energy, and mineral ministry, based on & Compliance with Good Construction Practices (GCP). Slot 3: Bidders must be compliant with all applicable national and international regulations governing the manufacture and distribution of Non Medical equipment’s. Valid license from the relevant authority. & Compliance with Good Manufacturing Practices (GMP). Experience and QualificationSlot 1 and 2: Bidders should provide evidence of previous experience in constructing or rehabilitating a water scheme and health facilities, This includes: A minimum of three similar rehabilitation/construction contracts completed in the past three years. References from at least three previous clients. Slot 3: Bidders should provide evidence of previous experience in supplying Non-Medical Equipment for TFP Services. This includes: A list of similar contracts completed in the past two years. References from at least three previous clients. Quality AssuranceSlot 1 and 2: Bidders must demonstrate a commitment to quality assurance by providing: Proposed construction/rehabilitation offered. Evidence of quality control measures in place for professional expertise use during the construction. Slot 3: Bidders must demonstrate a commitment to quality assurance by providing: Certificates of Analysis (CoA) for products offered. Evidence of quality control measures in place. Legal status and eligibility Local Registration The contractor/suppliers must be locally registered with a valid Certificate of Competency issued by the appropriate water and mineral authority. Trade License The contractor/suppliers should have a renewed Trade License for the current year. Tax Documentation VAT registration certificate, taxpayer Identification Number (TIN). and a current tax clearance certificate indicating eligibility to participate in public tenders. Bid Security Bidders shall provide bid security in the form of a Cash Payment Order (CPO) amounting to 2% of their bid offer, and/or a bank guarantee made out in the name of Mothers and Children Multi-sectoral Development Organization (MCMDO). The bid security must remain valid for a minimum of one month from the bid submission deadline. Technical compliance and completeness Slots 1 and 2, The contractor must be able to confirm the capacity and preparedness to complete the rehabilitation of the health facilities and Solarization of water scheme with in agreed up on time line, including Lead time for the construction activities to resume Capacity to fulfill the rehabilitation of health facilities and Solarization of water scheme as per the BOQ specified in the tender. Slot 3: Product Availability Suppliers must be able to confirm product availability and delivery timeli
Closing Date
Check Details
Norwegian Refugee Council (NRC), RE-INVITATION TO TENDER FOR SCHOOL REHABILITATION WORKS AT VARIOUS SCHOOLS IN MAITSEBRI, ETHIOPIA
RE-INVITATION TO TENDER FOR SCHOOL REHABILITATION WORKS AT VARIOUS SCHOOLS IN MAITSEBRI, ETHIOPIA REF NO. RFQ 200413502 The Norwegian Refugee Council (NRC) Ethiopia hereby invites qualified and eligible contractors to submit their bids for School Rehabilitation Works at Different Schools in Maitsebri, Ethiopia. TENDER DETAILS The tender documents provide all relevant details, including requirements, BOQ, location, and submission details. Interested bidders can obtain these documents: From the NRC link Address: https://eu.eu-supply.com/login.asp?B=NRC Or the below provided office addresses. BID SUBMISSION DEADLINE Date: 31 March 2026 Time: 16:30 (GMT+3) Please note: Bids submitted after this deadline will not be accepted. SUBMISSION PROCESS All interested and eligible vendors are requested to submit their offers through the below link: https://eu.eu- supply.com/login.asp?B=NRC. Or in person to the following addresses: Addis Ababa – Norwegian Refugee Council Woreda 02, House No. 693/36, Kirkos Sub City, Wollo Sefer, near Mina Building P.O. Box: 25612/1000 Tel: +251 116 199 80 GPS: https://maps.app.goo.gl/B93CVms5s3qPCRMs8orXQRC%2BPP6 Maitsebri – NRC Office Tel: +251 913 12 61 60 Submissions via courier will not be accepted. For further information, please contact the NRC offices using the contact details provided above. NRC reserves the right to reject any or all bids.
Closing Date
Check Details
The National Bank of Ethiopia invites interested, eligible and qualified consultants to submit Expressions of Interest (EOIs) for consultancy services under International Competitive Bidding (ICB) for the design, supervision, and contract administrat
REQUEST FOR EXPRESSION OF INTEREST (REOI) EOI Reference No: NBE/ICB/REOI/S/02/2026 Date: 21th March 2026 The National Bank of Ethiopia invites interested, eligible and qualified consultants to submit Expressions of Interest (EOIs) for consultancy services under International Competitive Bidding (ICB) for the design, supervision, and contract administration of a New NBE Headquarter to be constructed in Addis Ababa. The objective of this consultancy service is to engage a competent consulting firm to undertake the Architectural and Engineering design, preparation of tender documents, construction supervision and contract administration of the proposed Head Office Building. Interested consulting firms are invited to submit their Expression of Interest (EOI) demonstrating their qualifications and experience to perform the required services. Reference No. NBE/ICB/REOI/S/02/2026 Background of the Project The National Bank of Ethiopia plans to construct a new headquarters on a site of approximately 5,700 m² which is located in the compound of the current headquarter building in Addis Ababa. The head quarter is intended to help to consolidate its operations and serve as a landmark institutional facility reflecting the Bank’s strategic vision and long-term mandate. The headquarters will comprise parking facilities, administrative offices, conference and training facilities, staff amenities, advanced mechanical, electrical, IT and communications infrastructure, energy-efficient and sustainable building systems, modern security and safety features, and accessibility provisions. The facility will be designed to meet current operational requirements and accommodate future expansion, integrating contemporary technological systems to support the Bank’s evolving objectives. The Bank seeks a qualified architectural and engineering consultant to make an assessment and feasibility study, develop the design, prepare tender documents, assist in bid evaluation, provide advisory support prior to contract award, and undertake construction supervision and contract administration, ensuring the project is executed in line with quality, safety, sustainability, and schedule requirements. The consultancy services will be provided under a professional services agreement based on the FIDIC White Book 2017, reflecting that the consultant is engaged for advisory, supervision, and contract administration purposes. The contract for the construction will be based on FIDIC Red Book 2017. Objective of the consultancy The objective of the consultancy service is to: · Assess the need of the bank · Prepare complete Architectural and Engineering designs · Prepare cost estimates and bidding documents · Assist in evaluation of bidders for procurement of construction works · Provide construction supervision and contract administration · Ensure quality construction in compliance with standards and specifications Scope of Services The consultancy services will include, but not be limited to, the following: A. Design Services The consultant shall: · Soil investigation and related services · Topographic survey and related services · Prepare the schedule of requirements, including space planning and functional allocations, with the support and guidance of the employer · Prepare concept design and schematic design · Develop architectural design, 3D visualizations (renders) of interior and exterior spaces for presentations · Prepare physical 3D scaled model of the building for display · Prepare coordinated BIM model of all disciplines with clash detection to ensure fully integrated systems before construction · Prepare Structural design · Prepare Mechanical designs · Prepare Electrical designs · Prepare Plumbing and sanitary designs · Prepare BMS design · Prepare landscape design · Prepare IT and security infrastructure and related design & service · Conduct necessary site assessments and feasibility study on the selected site · Prepare detailed engineering drawings · Prepare bill of quantities and cost estimates · Prepare tender documents for construction works B. Construction Supervision and Contract Administration Services The consultant will be responsible for: · Supervision of construction works · Ensuring compliance with designs and specifications · Monitoring project progress · Quality assurance and control · Contract administration · Certification of contractor payments · Review and approval of shop drawings ·
Closing Date
Check Details
CARE Ethiopia is seeking eligible & competitive contractors of category six (6) WWC/GC and above who are financially and technically capable to furnish the construction of water infrastructure for domestic water supply provision at villages/keb
Bid Invitation for the construction of water infrastructure for domestic water supply provision at villages/kebele of Gumbi-Bordode, Miesso, Chiro, Gemechis, Doba and Shennan-Dhugo Woreda, West Hararghe Zone, Oromia region, Ethiopia under CARE ETHIOPIA Uplifter Project. BID No. 323/2026 CARE was Founded in 1945, CARE (Cooperative for Assistance and Relief Everywhere) is a leading international humanitarian organization fighting global poverty. CARE started working in Ethiopia in 1984 in response to severe drought and famine. The focus of our work is addressing the root causes of poverty and vulnerability through nexus and development programing as well as humanitarian response. This includes programing for improved governance; water and sanitation; food security; women’s economic justice; sexual and reproductive health and rights; and nutrition; and household and community level resilience. Our programs are implemented across both rural and urban areas. CARE Ethiopia works in multiple sectors including the following priorities: Food Security; Livelihoods & Resilience; Nutrition; Water, Sanitation & Hygiene; Humanitarian Response; Sexual & Reproductive Health & Rights; Women’s Economic Justice; Dignified Work. CARE’s operation spans most of the country: Afar, Amhara, Oromia, SNNP, Sidama, Somali, Tigray, Addis Ababa, and Dire Dawa and other regions. CARE Ethiopia is seeking eligible & competitive contractors of category six (6) WWC/GC and above who are financially and technically capable to furnish the construction of water infrastructure for domestic water supply provision at villages/kebele of Gumbi-Bordode, Miesso, Chiro, Gemechis, Doba and Shennan-Dhugo Woreda, West Hararghe Zone, Oromia region, Ethiopia under CARE ETHIOPIA Uplifter Project. LOT No Description UOM Qty Location LOT 1 I. Distribution Pipeline Installation Works from Chorora to Sirba Kebele (3Km Pressure and Distribution Main) II. Public Fountain Construction with Six Faucet for Sirba Kebele (3 in Numbers with Six-Faucet Water Point) III. Construction of Anchor block for Sirba Kebele Expansion IV. Distribution Pipeline Installation Works from Gololcha to Obensa Kebele (5Km Pressure and Distribution Main) V. Public Fountain Construction with Six Faucet for Obensa Kebele (3 in Numbers with Six-Faucet Water Point) VI. Construction of Anchor block for Obensa Kebele Expansion Project 1 1. Sirba Kebele, Gumbi-Bordode Woreda. 2. Obensa Kebele, Gumbi-Bordode Woreda LOT 2 I. Supply and Installation of Distribution Pipeline Expansion Works from Fayo to Gulufa II. Public Fountain Construction with Six Faucet for Gulufa Fayo Kebele III. Construction of 50m3 Service Reservoir for Gulufa Kebele IV. Construction of Cattle trough V. Construction of Anchor /Thrust Blocks Structure VI. Construction of river crossing/gully crossing structure Project 1 3. Gulufa-Fayo Kebele, Miesso Woreda LOT 3 I. Distribution Pipeline Installation Works for Beka Kubi Kebele II. Public Fountain Construction with Six Faucet for Beka Kubi Kebele III. Maintenances of Public and School Fountain with Pressure Line for Beka Kubi IV. Construction of Cattle trough for Beka Kubi Kebele V. Distribution Pipeline Installation Works for Gelma Chafe Kebele VI. Public Fountain Construction with Six Faucet for Gelma Chafe Kebele VII. Maintenances of Public and School Fountain with Pressure Line for Gelma Chafe VIII. Construction of Cattle trough for Gelma Chafe Kebele Project 1 4. Beka Kubi Kebele, Chiro Woreda 5. Gelma Chafe Kebele, Chiro Woreda LOT 4 I. Distribution Pipeline Installation Works for Baremo Fugnan Bala Kebele Site II. Public Fountain Construction with Six Faucet for Baremo Fugnan Bala Kebele III. Construction of Cattle trough IV. Distribution Pipeline Installation Works for Homacho Sogido Kebele V
Closing Date
Check Details
Awash Bank Invites contractors for Ashewa Meda Warehouse -1 Phase -2 outstanding works. Construction competence certificates renewed for the year 2018 E.C. Electro-mechanical contractors of grade 3 and above shall be required.
NATIONAL COMPETITIVE BIDDING (NCB) PROCUREMENT REFERENCE NUMBER AB-031/2025/26. Awash Bank invites sealed bids from interested and qualified bidders for the following work: No Description Remark LOT-1 Electro Mechanical work .RE_BID 1.1 Awash Bank Invites contractors for Ashewa Meda Warehouse -1 Phase -2 outstanding works. Construction competence certificates renewed for the year 2018 E.C. Electro-mechanical contractors of grade 3 and above shall be required. LOT 2 Site Clearance and Bulk Earthworks 2.1 The Awash Bank invites sealed bids from eligible and qualified bidders for the Site Clearance and Bulk Earthworks required for the preparation of the Headquarter Project Site location Addis ababa . License Requirement: General Contractor (GC-3) or Building Contractor (BC-2) and above, with a renewed license for the 2018 Ethiopian Fiscal Year (EFY). Bidding will be conducted in accordance with the open tendering procedures outlined in the Bank’s Procurement Directives and the relevant public procurement laws of Ethiopia. The bid is open to all eligible bidders. A complete set of bidding documents in English shall be obtained from Procurement Division of Awash Bank located at Awash Towers left side 12th floor upon producing receipt of non-refundable fee of Birr 500.00 /Five Hundred/ for each lot by depositing in Account Number 01540000544500 at any Awash Bank Branch during office hours (Monday to Friday 8:00AM-12:00PM; 1:00PM-4:30PM and Saturday 8:00AM12:00PM) starting from March31,2026 upon Presentation of copy of renewed Trade license, Certificate of registration, Tax Clearance Certificate, VAT Registration Certificate and TIN Registration Certificate. if payment made by Awash Birr, transaction confirmation must be present with screenshot or downloaded. The bids must be accompanied by a bid Bond of: For Lot 1 ETB 200,000.00 (One Hundred Thousand Birr) For Lot 2 ETB 200,000.00 (Two hundred thousand Birr) Bid security must be in the form of Unconditional & Irrevocable Bank Guarantee from other than the purchaser’s Bank or Cashier’s Payment Order (C.P.O) from any local Bank. Lot No Bid Submission Deadline Bid Opening Date & Time Lot- 1 April 20, 2026 – 10:00 AM April 20, 2026 – 10:30 AM Lot- 2 April 20, 2026 – 10:00 AM April 20, 2026 – 10:50 AM Deadline for submission of proposal and opening will be as indicated below. Bid opening shall be held at the office of Procurement & Supplies Management Directorate located at Awash Towers 12th floor in the presence of bidders and/or their representatives. Interested bidders may obtain further information or clarifications from Awash Bank Procurement Division at Tel: 0115-57-11-07 / 0115-57-00-84. Failure to comply with any of the conditions outlined under Sections 2 to 5 will result in automatic disqualification of the bid. Awash Bank reserves the right to accept or reject any or all bids partially or fully without assigning any reason.
Closing Date
Check Details