Skip to Main Navigation

Food Systems Resilience Program for Eastern and Southern Africa

Overview

NOTICE AT-A-GLANCE

  • P178566

  • Food Systems Resilience Program for Eastern and Southern Africa

  • Eastern and Southern Africa

  • OP00290574

  • Invitation for Bids

  • Published

  • ET-MOA-376910-GO-RFB

  • Request for Bids

  • English

  • Jun 28, 2024 00:00

  • May 18, 2024

CONTACT INFORMATION

  • Ministry of Agriculture

  • Dereje Gedilu

  • P.O.Box 62347 Addis Ababa Ethiopia

  • Eastern and Southern Africa

  • Eastern and Southern Africa

  • +251911668625

Details

Request for Bids Goods  (One-Envelope Bidding Process)

Country:  Ethiopia

Name of Project: Ethiopia Food System Resilience Program

Contract Title: Procurement of sexed semen and reproductive hormones

Loan No./Credit No./ Grant No.: IDA Credit71560-ET

RFB Reference No.: ET-MOA-376910-GO-RFB

1.The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Ethiopia Food System Resilience Program and intends to apply part of the proceeds toward payments under the contract[1] for procurement of sexed semen and reproductive hormones.

2.The Ministry of Agriculture now invites sealed Bids from eligible Bidders for Procurement of sexed semen and reproductive hormones: -

Lot  

Description of Goods

Unit

 

 

Quantity

Delivery Period

Bid security amount in ETB or Equivalent amount in a feely convertible currency  

   1

Procurement of sexed-semen

Dose

12, 000

  60 days

500,000.00

   2

Procurement of Reproductive Hormones

Dose

 

12, 000

60 days

50,000.00

For all Lot

 

 

 

550,000.00

 

 

 

 

 

 

 

 

 

 

The Bidder can bid for any one lot or for all the lots

3. The Bidder shall demonstrate that it has successfully completed:

For single Lot

Lot 1 - The Bidder shall demonstrate that it has successfully completed at least two contracts within the last five years prior to bid submission deadline, each with a value of at least US$ Eight Hundred thousand or single contract equal or greater than US$ One Million and Six Hundred Thousand that have been successfully completed and that are similar in nature and complexity to the Goods and Related Services under the Contract.

Lot 2 - The Bidder shall demonstrate that it has successfully completed at least two contracts within the last five years prior to bid submission deadline, each with a value of at least US$ Thirty thousand or single contract equal or greater than US$ Sixty Thousand that have been successfully completed and that are similar in nature and complexity to the Goods and Related Services under the Contract.

The required minimum specific experience of the bidder in case of bidding for combined lots are as follows:

For Multiple Lot:

For Lot 1 & Lot 2-The Bidder shall demonstrate that it has successfully completed at least two contracts within the last five years prior to bid submission deadline, each with a value of at least Eight Hundred Thirty thousand or single contract of US$ 1 Million Six Hundred Sixty Thousand that have been successfully completed and that are similar in nature and complexity to the Goods and Related Services under the Contract

1.         Average Annual Turnover:

For Single Lot:

Lot 1: Average annual turnover calculated from the past 5 years (2018, 2019, 2020, 2021 and 2022) of at least 1.5 million USD

Lot 2: Average annual turnover calculated from the past 5 years (2018, 2019, 2020, 2021, 2022) of at least .2 million USD

For Multiple Contract/ Combined lots: - The combined value of the respective lots bidding for.

For a joint venture, this requirement shall be met by all members combined.

The detailed and complete qualification requirements are provided in the Bidding Document.

4. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers Procurement in Investment Project Financing, Goods, Works, Non-Consulting, and Consulting Services’, Fifth Edition, September 2023 and is open to all eligible Bidders as defined in the Procurement Regulations.

5. Interested eligible Bidders may obtain further information from Ministry of Agriculture, Procurement Executive, and inspect the bidding document during office hours from 8:30am to 12:30 pm noon and 1:30pm to 5:30pm from Mondays to Thursdays, and on Fridays from 8:30am to 11:30am and 1:30pm to 5:30pm local time.at the address given below

6. The bidding document 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 ETB 500 (Five Hundred Birr Only) or equivalent amount in a freely convertible currency. The method of payment will be in cash/ cashier’s check, Payment to account No.1000009144009 with a presentation of deposit slip in person and inspect the bidding document during office hours from 8:30AM to 5:30PM at the address given below: Bidders’ who wish to have the bid document delivered to their address by a courier service pay an additional amount of USD 150.00 or equivalent amount in a freely convertible currency for courier service charge or send a prepaid courier service coupon to the purchaser address below. However, the purchaser shall not be responsible for a loss or delay in the delivery of the mail and shall not entertain requests for extension on account of such delay

7.      Bids must be delivered to the address below on or before June 28, 2024 at 10:00A.M. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on February June 28,2024 immediately after the bid submission time deadline as given in the above

8.         All Bids must be accompanied by a Bid Security of “specified under Paragraph No. 2 above.

9.      Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.

10.    The address(es) referred to above is (are):

Address:  Ministry of Agriculture (MoA), Ethiopia Food System Resilience (EFSRP),

Attention: Ato Degayehu Desso, Procurement Executive        Tel.  0948873551

                 Ato Dereje Gedilu, EFSRP-Senior Procurement Specialist Tel.+251 911668625

Street address: CMC Road, behind Ministry of Trade and Regional Integration of Ethiopia

Floor/ Room number:  Block A, 2nd Floor, Room number 2-1           

City: Addis Ababa, Ethiopia