The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

URRAP Bridge Construction Projects with approach Roads

Published on:Ethiopian Herald ( Oct 29, 2020 )Place of Bid Competitions:Addis Ababa
Remaining Time for Bid Submission (Check it!)

NOTICE OF INVITATION FOR BID

Procurement Reference Number: ORA/NCB/RFP/CP-04/2013

NOTICE OF INVITATION FOR BID

Procurement Reference Number: ORA/NCB/RFP/CP-04/2013

1.The National Regional State of Oromia has allocated budget towards the cost of URRAP Bridge Construction Projects with approach Roads and intends to apply part of this budget to payments for the under listed projects. The Bridge Name, Location, Span Length, Amount of bid security, Minimum Annual construction turnover (ACT), and the total period of construction including the required mobilization time, for each Bridge project, is indicated in the table below;

No Bridge River NameSpan Length(M) Zone Aana  (Woreda) Bid Bond AmountDuration of the works including 45 days Mobilization Period (Cal.Days) Peak Annual Construction Turnover (ACT) 
1Muka Arba 40West Wellega M/Sibu115,400.00 54815,000,000.00 
2Birbir52West Wellega S/Nole155,000.00 54820,700,000.00 
3Suchi24West Wellega Ayira64,600.00 45610,300,000.00 
4Suphe24Kellam WellegaJ/Horo100,400.00 45616,100,000.00 
5Qobi24Kellam WellegaJ/Horo98,800.00 45615,800,000.00 
6Gerba Guracha32West ArsiNansebo109,900.00 54814,600,000.00 
7Unke39ArsiShanan Kolo130,900.00 54817,500,000.00 
8Gogesa (with 1.6km Approach Road)88North ShoaDara298,400.00 73029,800,000.00 
9Balal60BorenaTaltale140,700.00 73014,100,000.00 
10Iyya (with 4.5 km Approach road)32BaleM/Welabu472,400.00 54863,000,000.00 

2. The Oromia Roads Authority (ORA) now invites eligible bidders to submit sealed bids for providing the necessary labor, material, and equipment for construction works of the above Bridge projects.

3. Interested bidders shall submit the following evidence:

The bidders shall have a certificate of competency from Oromiya Construction Authority or Ministry of Federal Construction with Category; As the table below for each Bridge project, renewed for the bidding period and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:

i. Trading /Business License renewed for bid period and Commercial Registration Certificate from authorized bodies.

ii. VAT & Tax payer Identification Certificate issued by the tax authority,

iii. Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission.

iv. Evidence of/Being/ Registered at Ethiopian Public Procurement and Property Administration Agency(PPAA) Supplier list.

NoBridge Name Span Length (M) Category 
1Muka Arba 40GC-6/RC-6/BC-6 & Above 
2Birbir52GC-6/RC-6/BC-6 & Above 
3Suchi24GC-6/RC-6/BC-6 & Above 
4Suphe24GC-6/RC-6/BC-6 & Above 
5Qobi24GC-6/RC-6/BC-6 & Above 
6Gerba Guracha32GC-6/RC-6/BC-6 & Above 
7Unke39GC-6/RC-6/BC-5 & Above 
8Gogesa (with 1.6km Approach Road)88GC-5/RC-5/BC-4 & Above 
9Balal60GC-5/RC-5/BC-4 & Above
10Iyya (with 4.5 km Approach road)32GC-5/RC-5/BC-4 & Above

4. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible domestic bidders as specified and defined in the bidding document.

5. Interested eligible bidders may obtain further information and inspect the bidding documents, including a complete set of Engineering Drawings which is necessary for bidding purpose, at the address given below at office working hours. 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 non refundable fee of ETB 500.00 (Five Hundred Birr only) for each Bridge Project, effective from the first date of announcement up to deadline. The method of payment shall be in cash to the ORA’s Head Office Cashier.

6. Bidders can apply for one or for all or for any number of Bridges projects from the above listed Bridge projects and shall submit their bid separately for each Bridges project, they are interested to apply for.

7. Bidders shall submit One Original and two photocopies for both Technical proposals and financial offer. Technical proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document. Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope. Finally the whole documents shall be placed in a single wax-sealed envelope whose outer cover containing all necessary information about the firm & Employer including project information.

8. Bids must be delivered to the address below on or before November 30, 2020 at 10:00 A.M. All bids must be accompanied by a bid security indicated in the above table. Late bids will be rejected. Qualification Application, Financial offers, and Bid security of the bidders will be opened by the Oromia Roads Authority in the presence of bidders’ representatives who choose to attend at the address below on the final date and 30 minutes after bid submission as stated above.

9. Evaluation is to be carried out in two stages, Qualification Information First and Financial Bids of Qualified bidders next. Financial Proposal of qualified bidders will be opened at the same address given below on the date that is to be declared by the Authority’s Bid Endorsing Committee after completion of the evaluation of Technical Proposals. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder.

10. The Bid validity period shall be: 118 Calendar days after the latest date for submission of bid.

11. Oromiya Roads Authority reserves the right to reject any bid and to annul the bidding process and reject all bids at any time, without thereby incurring any liability to Bidders.

Oromiya Regional Government Sectorial Office A building at Sarbet.

Office of Oromia Roads Authority,

3rd Floor, Procurement Directorate

Email: info@oromiaroadsauthority.org

Website:www.oromiaroadsauthority.org

P. O. B. 42937

Finfinne, Ethiopia

Oromia Roads Authority

Leave a Comment

Your email address will not be published. Required fields are marked *

You cannot copy content of this page