The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

RC-3

Warehouse maintenance and construction of compound Road works (Asphalt concrete)

Published on:Reporter ( Oct 4, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION TO RE-BID

NATIONAL COMPETITIVE BIDDING (NCB)

Procurement Reference Number RE-AB 16/2020/21

  1. Awash Bank invites sealed bids from eligible Contractors who can provide renewed trade License for the year 2012 issued by ministry of construction for RC/GC Category 5 and above for the supplying the necessary materials, labor and equipment for Warehouse maintenance and construction of compound Road works (Asphalt concrete).
  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 Bank located at Awash Towers 10th floor room No 10-03 upon producing receipt of non refundable fee of Birr 100.00 /One Hundred/ for each lot by depositing in Account Number 01540000544500, at AWASH BANK, 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 October 05, 2020 upon Presentation of copy of renewed Trade license, Certificate of registration, Tax Clearance Certificate, VAT Registration Certificate and TIN Registration Certificate.
  4. Bid must be accompanied by a bid bond amount of Birr 100,000.00 (One hundred thousand) in the form of Unconditional & Irrevocable Bank Guarantee from other Banks or Cashier’s Payment Order (C.P.O) from any local Bank and valid for 118 days from the last date of bid submission
  5. Bid document must be deposited in the bid box prepared for this purpose on or before: October 23, 2020 at 10:00 AM
  6. Bid opening shall be held at the office of Shared Services Directorate Awash Tower 10 floor in the presence of bidders and/or their representatives who, wish to attend on October 23, 2020 at 10:30 AM
  7. Interested eligible bidders may obtain further information from the office of Procurement Division Tel. 0115-57-11-07/00-84.
  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.

ድልድይ ሥራ…

Published on:Addis Zemen ( መስከረም 22፣ 2013 ) /Place of Bid Competitions:ሰቆጣ ከተማ

Remaining Time for Bid Submission

ሃገር አቀፍ ግልጽ የጨረታ ማስታወቂያ

በአማራ ብሄራዊ ክልላዊ መንግስት ስዋግ ኸምራ ብሄረሰብ አስተዳደር ዞን የሰቆጣ ከተማ አስተዳደር በከተማ ልማት ልማት ቤቶች ኮንስትራከሽን አገ/ት ጽ/ቤት ለ2013 ዓ/ም በጀት ዓመት በከተማው ውስጥ በተለያዩ አካባቢዎች የሚሰሩ መሠረተ ልማቶችን ለማሰራት 

  1. የድልድይ ሥራ ደረጃ 9 /ዘጠኝ/ እና ከዚያ በላይ RC & GC 
  2. የመንገድ ከፈታ በቆረጣ ሥራ ደረጃ 10 /አስር/ እና ከዚያ በላይ RC & GC
  3. የድጋፍ ግንብ ሰራ ደረጃ 10 /አስር/ እና ከዚያ በላይ RC & CC
  4. የውሃ ማፋሰሻ ካናል ሥራ ደረጃ 10 /አስር/ እና ከዚያ በላይ RC & GC 
  5. የአረንጓዴ ልማት ሥራ የብረታ ብረት ፈቃድ ያላቸው 
  6. የኤሌክትሮኒክስ እቃዎች 
  7. ፈርኒቸር 
  8. የጽሕፈት መሣሪያ በግልጽ ጨረታ አወዳድሮ ማስገንባትና መግዛት ይፈልጋል፡፡ተ.ቁየግንታባው አይነትየጨረታ ማስከበሪያ ብር101ቀበሌ ወደ ቀጠና 7 ድልድይ44,3102ታዘዘው ወልዱ ደቁስ ሰለሞን ድልድይ36,1863ከቄራ ኮንዶሚኒቂም ወደ እስላም በር ካናል33,3564ከ/ኮ ደብሪቱ ወደ አበራ አስማሜ ካናል27,9305ከዋግ ስዩም ት/ቤት ወደ አ/ቁጠባ ካናል23,6826ከሞገስ ቤት ወደ ሰለሞን ተስፋዬ ካናል30,4367ከሃይሉ ቤት ወደ የውሃ ቦኖ ካናል27,2218አረንጓዴ ልማት የብረታ ብረት ሥራ4,0009ከመ/ር ባየ ወደ አብርሃም ወልዴ ድልድይ ድጋፍ ግንብ20,90010ከሰለሞን በሪሁን ወደ መ/አለም መንገድ ከፈታ88,87511ከአለማየሁ አባዲ ወደ ብዙወይ መንገድ ከፈታ25,71512ከኮኮብ ሱቅ ወደ ጤ/ጣቢያ መንገድ ከፈታ20,75513ከአዳነ ደጉ ወደ መስጊድ መንገድ ከፈታ17,24014የኤሌክትሮኒክስ እቃዎች7,22815የፈርኒቸር እቃዎች3,68016የጽህፈት መሣሪያ650

ስለሆነም የሚከተሉትን መስፈርቶች የሚያሟሉ ተጫራቶች መወዳደር የሚችሉ መሆኑን ይጋብዛል፡፡ 

  1. በየዘርፉ በዘመኑ የታደሰ ሕጋዊ የንግድ ፈቃድ ያላቸው 
  2. የግብር ከፋይ መለያ ቁጥር /TIN/ ያላቸው 
  3. 3 የግዥ መጠኑ ብር 200,000.00 /ሁለት መቶ ሺ ብር/ እና በላይ ከሆነ እንዲሁም ለኤሌክትሮኒክስ እቃዎቹ ግን የገንዘብ መጠን ሳይኖረው ማንኛውም ተጫራች የተጨማሪ እሴት ታክስ (VAT) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስከር ወረቀት ማቅረብ የሚችሉ 
  4. ተጫራቶች በጨረታው ለመሣተፍ ከላይ በተቁ 1-3 የተጠቀሱትንና የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዳቸው ጋር አያይዘው ማቅረብ አለባቸው፡፡ 
  5. የሚገዙ እቃዎችን አይነትና ግንባታ ዝርዝር መግለጫ በስፔስፊኬሽን ከጨረታ ሰነዱ ያገኙታል፡፡ 
  6. ተጫራቾች የጨረታ ሰነዱን ለእያንዳንዱ የማይመለስ ብር 200 /ሁለት መቶ ብር ብቻ በመክፈል ከግ/ፋ/አስ/ር ደ/የሥ/ሂደት ቢሮ ቁጥር 6 ማግኘት ይቻላል፡፡ 
  7. ተጫራቾች የጨረታ ማስከበሪያ ዋስትና /ቢድ ቦንድ/ ለሚወዳደሩበት ግንባታ ወይም እቃው ላይ በተገለጸው ገንዘብ መሠረት በባንክ በተረጋገጠ የክፍያ ትዕዛዝ /ሲፒኦ/ ወይንም በጥሬ ገንዘብ ማስያዝ አለባቸው፡፡ 
  8. ማንኛውም ተጫራች የጨረታ ሰነዱን በአዲስ ዘመን ጋዜጣ ከታወጀበት ቀን ጀምሮ ለተከታታይ 21 ቀን ዘወትር በሥራ ሰዓት መግዛት የምትችሉ መሆኑን 
  9. ተጫራቾች የጨረታ ሃሳቡን በአንድ ወይም በአንድ ወጥ በሆነ ሁለት ቅጅዎች ማለትም ዋናና ኮፒ በማለት በጥንቃቄ በታሸገ ፖስታ በግ/ፋ/ን/አስ/ር/ደ/የሥ/ሂደት ቢሮ ቁጥር 4 በተዘጋጀው የጨረታ ሳጥን በ22ኛው ቀን ከጠዋቱ 4፡00 ሰዓት ድረስ ማስገባት ይኖርባቸዋል፡፡ በዚሁ በተመሳሳይ ቀንና ሰዓት ጨረታው ተጫራቾች ወይም ሕጋዊ ወኪሎቻቸው ቢገኙም ባይገኙም በግ/ፋ/ን/አስ/ር/ደ/የሥ/ሂደት ቢሮ ቁጥር 6 ከጠዋቱ 4፡00 ሰዓት ታሽጎ ከጠዋቱ 4፡30 ሰዓት በግልፅ ይከፈታል፡፡ 
  10. መ/በቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ በሙሉ የመሠረዝ መብቱ የተጠበቀ ነው፡፡ 
  11. ጨረታው የሚከፈትበት ቀን በዓል ወይም የመንግሥት ሥራ ዝግ ከሆነ የሚቀጥለው የሥራ ቀን በተመሳሳይ ጊዜ ይከፈታል፡፡ 
  12. ማንኛውም ተጫራች የሚያሰራቸውን ሠራተኞች የኮቪድ 19 ወረርሽኝ መከላከያ ማቴሪያሎችን የማሟላት ግዴታ አለበት፡፡
  13. ማንኛውም ተጫራች ላሸነፈውን ፕሮጀክት ሁሉንም ለሥራው የሚያስፈልጉ የማቴሪያል አይነቶችን ቴስት በራሱ ወጭ ከሚመለከተው ቦታ ወስዶ አሰርቶ የማምጣት ግዴታ አለበት፡፡ 
  14. ተጫራቾች ስለ ጨረታው ዝርዝር መረጃ ከፈለጉ በግ/ፋ/ን/አስ/ር ደ/የሥሂደት ቢሮ ቁጥር 6 በአካል በመገኘት ወይንም በስልክ ቁጥር 0335407058 በመደወል ማግኘት ይችላሉ፡፡ 

የሰቆጣ ከተማ አስ/ር/ከ/ል/ቤ/ኮ/አገ/ት/ጽ/ቤት 

የጠጠር መንገድ እና የተፋሰስ ግንባታ ስራ

Published on: Addis Zemen ( መስከረም 21፣ 2013 ) /Place of Bid Competitions:ደ/ብርሃን

Remaining Time for Bid Submission

የግንባታ ስራ ግልጽ ጨረታ ማስታወቂያ

የደ/ብርሃን ከተማ አስተዳደር ከተማ ልማት ቤቶችና ኮንስትራክሽን አገልግሎት ጽ/ቤት የግዥና ፋይናንስ ንብረት አስተዳደር ቡድን UllDP በጀት

1.ቀበሌ 01፤ 02 ከኪያሜድ ኮሌጅ እስከ አሳልፍ ቤት ድረስ የጠጠር መንገድ እና የተፋሰስ ግንባታ ስራ በፓኬጅ ቁጥር D/Berhan/UllP/ CW-13/2020/21 ደረጃ 6 እና በላይ የሆነ በጠቅላላ ስራ ተቋራጭ /GC/ ወይም በመንገድ ስራ ተቋራጭ /RC/ የሆኑ ስራ ተቋራጮችን በግልፅ ጨረታ አወዳድሮ ማሰራት ይፈልጋል።

ስለዚህ በዘርፉ ፈቃድ ያላቸው እና የታደሰ የብቃት ማረጋገጫ ማቅረብ የሚችል የሚከተሉትን መስፈርቶች የሚያሟሉ ተወዳ በጨረታ መሳተፍ ይችላሉ።

  1. በዘመኑ የታደሰ የንግድ ስራ ፈቃድ ያላቸው ወይም የዘመኑን ግብር የከፈሉ ለመሆናቸው ማስረጃ ማቅረብ የሚችሉ።
  2. የግብር ከፋይ መለያ ቁጥር/Tin Number/ ያላቸው
  3. የግዥ መጠኑ ከብር 200,000 /ሁለት መቶ ሺህ ብር/ እና በላይ ከሆኑ የተጫራች እሴት ታክስ ፣ ቫት/ ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችል፣
  4. ተጫራቾች ከአማራ ክልል ውጭ የንግድ ፈቃድ ያላቸው ከሆነ የታደሰ የፌዴራል የብቃት ማረጋገጫ ምስክር ወረቀት ማቅረብ አለባቸው።
  5. ተጫራቾች በጨረታ ለመሳተፍ ከተራ ቁጥር 1-4 የተጠቀሱትን ማስረጃዎች ከዋናው ጋር የተገናዘበ ፎቶ ኮፒ ከመጫረቻው ሰነዶች ጋር አያይዘው ማቅረብ አለባቸው። ተጫራቾች የመጫረቻ ዋጋቸውን መ/ቤቱ ባዘጋጀው የጨረታ ዋጋ ማቅረቢያ ቅፅ ሞልተው ማቅረብ አለባቸው።
  6. የግንባታዎቹን የስራ ዝርዝር መግለጫ /Specification/እና መወዳደሪያ መስፈርቶቹን ከጨረታ ሰነዱ ማግኘት ይችላሉ።
  7. በጨረታው ሰነድ ላይ ስርዝ ድልዝ ወይንም ለመለየት አሻሚ የሆነ ፅሁፍ መኖር የለበትም።
  8. ተጫራቾች የጨረታ ሰነዱን ከግዥ ፋይናንስ ንብረት አስተዳደር ደጋፊ የስራ ሂደት ቢሮ ቁጥር 23 ድረስ በመምጣት ለእያንዳንዱ ጨረታ የማይመለስ ብር 100 /አንድ መቶ ብርበመክፈል የጨረታ ሰነዱን ገዝተው መጫረት ይችላሉ።
  9. ተጫራቾች ለ30 ተከታታይ ቀናት ፀንቶ የሚቆይ የጨረታ ማስከበሪያ ዋስትና /ቢድ ቦንድ/ ብር 82,972/ሰማንያ ሁለት ሺህ ዘጠኝ መቶ ሰባ ሁለት ብር/ በባንክ በተረጋገጠ የክፍያ ትዕዛዝ ሲፒኦ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና/ጋራንት/ በስማቸው ለደብረብርሃን ከተማ አስተዳደር ከተማ ልማት ቤቶችና ኮንስትራክሽን አገልግሎት ጽ/ቤት በሚል አድራሻ ከኦርጅናል ሰነዱ ጋር አብሮ ማቅረብ አለባቸው።
  10. ማንኛውም ተጫራች ለሚወዳደሩበት የግንባታ ጨረታ ህጋዊ ማስረጃዎቹን እና የጨረታ ሰነዱን በአንድ ላይ በማድረግ በጥንቃቄ በታሸገ ፖስታ በደ/ብርሃን ከተማ አስተዳደር ከተማ ልማት ቤቶችና ኮንስትራክሽን አገልግሎት ጽ/ቤት ግ/ፋ/ን/አስ/ቡድን ቢሮ ቁጥር 29 በተዘጋጀው የጨረታ ሳጥን ዘወትር በስራ ሰዓት ማስታወቂያው በጋዜጣ በግልፅ ጨረታ ከወጣበት አለት ጀምሮ በ30 ተከታታይ ቀናት ውስጥ ማስገባት ይኖርባቸዋል።
  11. ጨረታው በጋዜጣ ግልጽ ጨረታ ከወጣበት ቀን ጀምሮ 31ኛው ቀን ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት በደ/ብ/ከ/አስ/ከ/ል/ቤ/ኮ/አገ/ጽ/ቤት ግ/ፋ/ን/አስ/ቡድን ቢሮ ቁጥር 29 400 ሰዓት ታሽጎ በዚሁ እለት ከጠዋቱ 430 ሰዓት ይከፈታል። ዕለቱ ቅዳሜ እሁድ ወይም የህዝብ በዓላት ከሆነ በሚቀጥለው የስራ ቀን ከጠዋቱ 400 ሰዓት ታሽጎ በዚሁ እለት 430 ይከፈታል። ሆኖም ተጫራቾች በራሳቸው ምክንያት ባይገኙ የጨረታው ፖስታ ተሟልቶ ከተገኘ እንዲከፈት በማድረግ ውድድሩ ይካሄዳል ፣
  12. አሸናፊው ተጫራች ውጤት ከተገለፀበት ቀን ጀምሮ ከ5 የስራ ቀን በኋላ በእሉት 5 ተከታታይ ቀን ውስጥ የሚፈለጉበትን ማስረጃዎች በማቅረብ ውለታ መፈፀም ይኖርባቸዋል።
  13.  በጨረታው አሸናፊ የሆነ የውል ማስከበሪያ ያሸነፈበትን ጠቅላላ ዋጋ 10 በመቶ /10%/ በባንክ በተረጋገጠ የክፍያ ትዕዛዝ /ሲፒኦ/ CPO/ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ማስያዝ ይኖርበታል።
  14.  መ/ቤቱ የተሻለ ዘዴ ወይም አማራጭ ካገኘ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብት አለው ፣
  15. በማስታወቂያው ያልተገለፁ ነገሮች ቢኖሩም በግዥ መመሪያው መሰረት ተፈፃሚ ይሆናል።
  16.  ተጫራቾች ተጨማሪ ማብራሪያ ከፈለጉ ከሰኞ እስከ አርብ ባሉት ቀናት ዘወትር በስራ ሰዓት በስልክ ቁጥር 011-681-27-17/28 57 ላይ በመደወል መጠየቅ ይችላሉ።

የደ/ብርሃን ከተማ አስተዳደር ከተማ ልማት ቤቶች ኮንስትራክሽንና አገልግሎት ጽ/ቤት የግ/ፋ/ን/አስ/ቡድን

ለውስጥ መንገድ ስራ ጠጠር እና አስፓልት

Published on: Addis Zemen ( መስከረም 21፣ 2013 ) /Place of Bid Competitions:ባህር ዳር

Remaining Time for Bid Submission

የግልጽ ጨረታ ማስታወቂያ

የአማራ ብሔራዊ ክልላዊ መንግስት ብረታ ብረት ኢንዱስትሪና ማሽን ቴክኖሎጂ ልማት ኢንተርፕራይዝ በባህርዳር ውስጥ እያስገነባ ለሚገኘው የብረታ ብረት ፋብሪካ ቅጥር ግቢ ውስጥ ለውስጥ መንገድ ስራ ጠጠር እና አስፓልት GC-6 ወይም RC-6 እና ከዛ በላይ የሆኑትን ተቋራጮች በጨረታ አወዳድሮ ማሰራት ይፈልጋል፡፡

በመሆኑም እያንዳንዱ ተጫራቾች ከዚህ በታች የተጠቀሱትን መስፈርቶች በማሟላት ለጨረታ ለመወዳደር ይቻላል።

  1. ተጫራቾች በዘርፉ ሕጋዊና የታደሰ የንግድ ፈቃድ ያላቸው፣ የግብር ከፋይ መለያ ቁጥር (TIN) ሰርተፊኬት የሚያቀርቡ እና የተጨማሪ እሴት ታክስ (VAT) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ መሆን አለባቸው።
  2. ተጫራቾች የሚያቀርቡትን ዋጋ በፖስታ በማሸግ እና ማህተም በማድረግ ማቅረብ ይኖርባቸዋል፡፡
  3. ጨረታው በጋዜጣ በግልፅ ጨረታ ከወጣበት ቀን ጀምሮ ለተከታታይ 20 (ሀያ) ቀናት የቀድሞው ግብርና ሜካናይዜሽን ወርክ ሾፕ ባህርዳር ዙሪያ ፖሊስ ጣቢያ አጠገብ ባህርዳር ማምረቻ ተቋም ግቢ በሚገኘው የብረታ ብረት ኢንዱስትሪና ማሽን ቴክኖሎጂ ልማት ኢንተርፕራይዝ ቢሮ ቁጥር 10 የመቅረብ ሰነዱን 200.00 (ሁለት መቶ ብርበመግዛት በመውሰድ በመሙላት የድርጅቱን ህጋዊ ማህተም ፊርማና አድራሻ በትክክል በመሙላት በተዘጋጀው የጨረታ ሳጥን ማስገባት ይኖርባቸዋል፡፡
  4.  የጨረታ ማስከበሪያ ዋጋ 50000 (ሀምሳ ሺህ ብርበባንክ በተረጋገጠ የክፍያ ትእዛዝ ሲፒኦ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ማስያዝ ይኖርባቸዋል፡፡
  5. ጨረታው ለ20 (ሀያ) ተከታታይ ቀናት ክፍት ሆኖ ይቆይና 21ኛው ቀን ተወዳዳሪዎች ወይም ህጋዊ ወኪሎቻቸው በተገኙበት ከቀኑ 800 ሰአት ይዘጋና በዚያው ቀን ከተዘጉበት 30 ደቂቃ በኋላ ይከፈታል፡፡ 21ኛው (ሀያ አንድቀን በአል ወይም እሁድ ከሆነ በማግስቱ ከላይ በተጠቀሰው ሰዓት ይከፈታል፡፡ የመወዳደሪያ ሰነዱ ከተጠቀሰው ቀንና ሰዓት ዘግይቶ ለኢንተርፕራይዛችን ቢደርስ የጨረታ ሰነዱ ተቀባይነት አይኖረውም፡፡
  6. ኢንተርፕራይዙ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው::
  7. ለበለጠ መረጃ ባህር ዳር በስልክ ቁጥር 058 226 6315/ 058 220 0631 መጠቀም ይቻላል፡፡

የአብክመ ብረታ ብረት ኢንዱስትሪና ማሽን ቴክኖሎጂ ልማት ኢንተርፕራይዝ

ባህር ዳር

Construction of Gravel Road from Express way to (0+000-1+700 & 0+000-1+200) and …

Published on: Addis Zemen ( Sep 29, 2020 ) /Place of Bid Competitions:Adama 

Remaining Time for Bid Submission

Invitation for Bids (IFB), International Competitive Bidding (ICB)

Urban Local Government Development Project:

Project:- Civil Works, Adama City Administration Construction Gravel Road

Bid Procurement No Adama /UIIDP/CW/GR1/20/21

  1. Adama City Administration would like to invite eligible firms to construct Gravel Road from Express way to (0+000-1+700 & 0+000-1+200) and from 40m road to BOLE preparatory school)
  2. The Adama City Administration now invites sealed bids from eligible bidders for furnishing of the necessary material, equipment and services for the Construction of Gravel Road from Express way to (0+000-1+700 & 0+000-1+200) and from 40m road to BOLE preparatory school)
  3. Contractor must be duly registered by the Ministry of Urban Development and Housing/ Construction or Regional appropriate body under Category of GC-3/RC-3 & above–with valid license for the year
  4. Interested eligible bidders may obtain further information from and inspect the bidding document of the office of Adama City Administration, from the Department of infrastructure in front of ODA School Adama City Administration P.O.Box 34 from 8:30 am to 12:30 pm and 1:30 pm to 5:30 pm Monday to Friday during working days.
  5. A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the address stetted Sr, No 4 and upon payment of a non-refundable fee of ETB 500. The method of payment will be in cash or cheque against receipt.
  6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the PPA Standard Bidding Documents: Procurements of works 2011.
  7. Bids will be delivered to the address below on or before 2:00 PM on following 30 Calendar days starting from the day of invitation to bid posted on newspaper and must be accompanied by a security of 200,000 ETB in the form of An unconditional guarantee, issued by a bank or CPO
  8. Bids will be opened in the presence of bidders’ representatives who choose to attend at Adama City Administration on the same day at 2:30. pm.
  9. The address referred to above is: Adama City Administration, Oromia National regional Government Tel No: 0221111583, Fax No: 0221114869
  10. Tenders shall be valid for a period of 120 days after bid opening
  11. Qualification requirement include;(1Experience in related work and other works (2) ownership / or existing lease of relevant equipment and machinery (3) availability of relevant experienced personnel as provided in the bidding document with other additional detail and justification as stated in SBD
  12. The Adama City administration reserves the right to reject all or part of the bid

Adama City Administration

Construction of Asphalt Road

Published on: Addis Zemen ( Sep 29, 2020 ) /Place of Bid Competitions:Adama

Remaining Time for Bid Submission

Invitation for Bids (IFB). International Competitive Bidding (ICB) 

Urban Local Government Development Projects 

Project:- Civil Works, Adama City 

Administration Construction Asphalt Road Bid Procurement No Adama/ST/CW/AS1/20/21 

  1.  Adama City Administration would like to invite eligible firms to construct Asphalt Road on the Back of Aba Goda Road and in front of Gore School 
  2. The Adama Co Administration now invites sealed bids from eligible bidders for furnishing of the necessary material, equipment and services for the Construction of Asphalt Road on the back of Aba Geda Road and in front of Goro School 
  3. Contractor must be duly registered by the Ministry Urban Development and Housing/Construction or Regional appropriate body under Category of GC-3/ RC 3 & above with valid license for the year 
  4. Interested eligible bidders may obtain further information from and inspect the bidding document of the office of Adama City Administration, from the Department of infrastructure in front of ODA School Adama City Administration P.O.Box 34 from 8:30 am to 12:30 pm and 1:30 pm to 5:30 pm Monday to Friday during working days.
  5. . A complete set of bidding documents may be purchased by interested bidders on the submission of a written application to the address stetted Sr , No 4 and upon payment of a non refundable fee of ETB 500. The method of payment will be in cash or cheque against receipt. . 
  6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the PPA Standard Bidding Documents: Procurements of works 2011.
  7. . Bids will be delivered to the address below on or before 2:00 PM on following 30 Calendar days starting from the day of invitation to bid posted on newspaper and must be accompanied by a security of 200,000 ETB in the form of An unconditional guarantee, issued by a bank or CPO. 
  8.  Bids will be opened in the presence of bidders’ representatives who choose to attend at Adama City Administration on the same day at 2:30. pm. 
  9. The address referred to above is:Adama City Administration,Oromia National regional Government Tel No: 0221111583, Fax No: 0221114869 
  10. Tenders shall be valid for a period of 120 days after bid opening 
  11. Qualification requirement include;(1 Experience in related work and other works (2) ownership lor existing lease of relevant equipment and machinery, (3)availability of relevant experienced personnel as provided in the bidding document with other additional detail and justification as stated in SBD 
  12. The Adama City administration reserves the right to reject all or part of the bid 

Adama City Administration Construction 

ለሆስፒታል ውሀ ጉድጓድ ግንባታ …

Published on: Addis Zemen ( መስከረም 15፣ 2013 ) /Place of Bid Competitions:ደጀን ከተማ 

Remaining Time for Bid Submission

የግንባታ ጨረታ ማስታወቂያ

በምሥራቅ ጎጃም አስተዳደር ዞን በደጀን ከተማ አስተዳደር ገ/ኢ/ት/ፅ/ ቤት በዓለም ባንክ በከልሉና በከተማ ው በጀት ድጋፍ በከተማው ውስጥ

  • 1ኛ የጠጠር መንገድ ግንባታ ከወንድሙ ምንውየ እስከ ሀይማኖት ካላ መ/ቤት ፓኬጅ ቁጥር Dejen ullDPCW/04/20/21 LOT 2
  • 2ኛ የእግረኛ መንገድ ግንባታ ከአህመድ ጀማል ሱቅ እስከ ኬላ በሁለቱም ሳይድ ፓኬጅ ቁጥር Dejen ullDP/CIP/CW/05/20/21 ሎት፡፡
  • 3ኛ የከብት በረት አጥር ግንባታ ፓኬጅ ቁጥር Dejen ullDP/CW/08/20/21 LOT 3
  • 4ኛ የዲች ግንባታ ማዶ ከጉልት ገበያ እስከ ቴ/ሙ/ኮሌጅ ፓኬጅ ቁጥር Deen UNDP/CW /10/20/21 LOT 3
  • 5ኛ ለሆስፒታል ውሀ ጉድጓድ ግንባታ ፓኬጅ ቁጥር Dejen  ullDP / CW/11/20/21 LOT 3 ለመስራት ተጫራችን በግልጽ ጨረታ አወዳድሮ ለማሰራት ይፈልጋል፡፡ ስለዚህ ከተማ አስተዳደሩ

የሚከተሉትን መስፈርቶች የምታሟሉ ተጫራቾች ለሙሉ መወዳደር የምትችሉ መሆኑን ይገልጻል ፡፡

  1. በዘመኑ ታደሰ ህጋዊ የንግድ ፈቃድ ያላቸው፣ የዘመኑን ግብር የከፈሉ ለመሆናቸው ማስረጃ ማቅረብ የሚችሉ፡፡
  2. የግብር ከፋይ መለያ ቁጥር /TIN/ ያላቸው፣
  3. የተጨማሪ እሴት ታክስ /VAT/ ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ የሚችሉ
  4. GC/RC ደረጃ 10 እና ከዚያ በላይ የሆናችሁ ለተቁ 4 GC/RC ደረጃ 9 እና ከዚያ በላይ ለተ.ቁ 1 GC ደረጃ 8 እና ከዚያ በላይ እንዲሁም RC ደረጃ 7 እና ከዚያ በላይ ለተቁ 2 GC/WC ደረጃ 10 እና ከዚያ በላይ ለተቁ 5 እና GC/BC ደረጃ 9 እና ከዚያ በላይ ለተ.ቁ 3
  5. ተጫራቾች በጨረታ ለመሳተፍ ከላይ በተ.ቁ 1 -4 የተጠቀሱትንና የሚመለከታቸውን ማስረጃዎች ፎቶ ኮፒ ከመጫረቻ ሰነዶቻቸው አያያዘው ማቅረብ አለባቸው፡፡
  6. የሥራው ዝርዝር መግለጫ ከጨረታ ሰነዱ ማግኘት ይቻላል፣
  7. ተጫራቾች እያንዳንዱ የጨረታ ሰነድ የማይመለስ ብር 200/ (ሁለት መቶ ብር)፣ በመከፈል ከደጀን ከተማ ገንዘብና ኢኮኖሚ ትብብር ፅ/ቤት ግ/ፋ/ን/አስ ቡድን ቢሮ ቁጥር 18 ይህ ጨረታ በአዲስ ዘመን ጋዜጣ በአየር ላይ ከወጣበት ቀን ጀምሮ የሚቆይ ለ21 ቀናት ማግኘት ይቻላል፡፡
  8. ተጫራቾች የጨረታማስከበሪያ ዋስትና /ቢድቦንድ/ በእያንዳንዱ ሎት ለሚወዳደሩበ ጠቅላላ ዋጋ ለተራ ቁጥር 1,23.000 ሃያ ሦስት ሺ ብር ለተራ ቁጥር 2 65,460(ስልሳ አምስት ሺህ አራት መቶ ስልሳ ብር) ለተራ ቁጥር 3 20,000 (ሃያ ሺህ ብር) ለተራ ቁጥር 413,600(አስራ ሶስት ሺህ ስድስት መቶ ብር) ብቻ እና በተራ ቁጥር 5 1,000(አንድ ሺ ብር) በባንክ በተረጋገጠ የክፍያ ትዕዛዝ ( ሲፒኦ)ወይም ስሁኔታ ላይ ያልተመሠረተ የባንክ ዋስትና ማስያዝ አለባቸው፡፡
  9. የጥቃቅንና አነስተኛ ኢንተርፕራይዞች በግዥ መመሪያው መሠረት ተጠቃሚ ይሆናል፡፡
  10. የጨረታ ሰነዱን አንድ ኦርጅናል ሁለት ፎቶ ኮፒ የቴክኒካልና ፋይናንሻል ዶክሜንት በጥንቃቄ በታሸገ ፖስታ ደጀን ከተማ ገንዘብና ኢኮኖሚ ትብብር ፅ/ቤት ግ/ፋ/አስ/ቡድን ቢሮ ቁጥር 18 በተዘጋጀው የጨረታ ሳጥን ዘወትር በሥራ ሰዓት እስከ 22ኛው ቀን 3፡30ሰዓት ድረስ ማስገባት ይኖርባቸዋል፡፡
  11. ጨረታው ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው ባሉበት በቢሮ ቁጥር 18 በ22ኛው ቀን በ4፡00 ሰዓት ይከፈታል፡፡
  12. መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መብቱ የተጠበቀ ነው፡፡
  13.  በጨረታው ለመሳተፍ የሚፈልጉ ስለጨረታው ዝርዝር መረጃ ከፈለጉ ቢሮ ቁጥር 18 ድረስ ሰአካል በመገኘት ወይም በስልክ ቁጥር 058-776-00-24/058776 10 09 በመደወል ማግኘት ይችላሉ፡፡

የደጀን ከተማ አስተዳደር

ገ/ኢ/ት/ፅ/ቤት

Construction of asphalt and concrete road inside the plant compound

Published on: Reporter ( Sep 23, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION TO OPEN BID FOR PLANT COMPOUND 

ROAD & STORMWATER DRAINAGE WORKS 

Repl Soap and Detergents Plc. is planning to erect a saponification plant at its plant compound located at Alemgena, near Furi-Lebu station of the Ethio-Djiboutí railway line. As part of its plant erection work, the company wants to construct asphalt and concrete road inside the plant compound. 

Existing road pavement is stopped at the sub-base level and planned to be completed partly with Asphalt and partly with concrete pavement as required. 

Repi Soap and Detergent Plc. are seeking eligible bidders for the road construction services. Services will include the supply of the necessary construction equipment, qualified professionals, material, labor, tools, and execution of the road and stormwater drainage works in the work scope of The project. The offeror shall be registered RC/GC of minimum grade 3 and above with previous related experience of Asphalt/Concrete Road works and should present a business license valid for the current physical year. Bidders should strictly follow the following instruction. 

  1. A completed set of documents purchased by interested bidders from the stated address and upon payment of a non-refundable fee of Birr 200.00 /two hundred Birr/ starting Tuesday, September 24, 2020. 
  2. Bidders shall submit one original and one copy of Technical and financial proposals separately to the address below on or before October 11, 2020, at 2:00 PM and must be accompanied by Birr 100,000.00 (One hundred thousand birr) security bid bond. The bid security shall be in the form of a Cashiers payment order (CPO), enclosed in a separate envelope & presented inside the Original bid document envelope. 
  3. Bids will be opened in the presence of the tender committee, on October 11, 2020, 2:30 at Repi Soap and detergent Factory premises. 
  4. The Bidder must accompany with his Bid copy of its Certificate of Registration from the relevant Authority, Renewed Trade license, TIN Registration Certificate and VAT registration document, and other relevant documents pertaining to the bid. 
  5. Repi soap and detergent PLC reserves the right to accept or reject part or all of the bidding process, 
  6. Interested & eligible bidders may obtain further information from the company supply chain department or request by email tofik.hussien@et.wilmar-intl.com   

Repi soap and detergent PLC., Sebeta Road, KolfeKeranio Sub City, 

Tel: +251113693545/+251113693518, Mob: +251966334320 

Website: www.repisc.com, Addis Ababa, Ethiopia 

GENERAL PROCUREMENT NOTICE OF ERA

Published on: Ethiopian Herald ( Sep 18, 2020 )

ETHIOPIAN ROADS AUTHORITY 

GENERAL PROCUREMENT NOTICE 

The Federal Democratic Republic of Ethiopia (FDRE) represented by the Ethiopian Roads Authority (ERA) has secured sufficient budget and planned to procure construction works and related supervision services for the following road projects in the year 2013 Ethiopian Fiscal Year. The procurement process of the projects will commence depending on the readiness of the design and will be floated in groups of projects in a package sequentially. 

Item NoWorks to be procuredFinancerLength KMContract Delivery
1Abay Bridge Approch Road and Abay 
Bridge Lot 2 :Abay Bridge Approach Road) 
GOE4.4DB
2Access to Adama industrial park GOE3.31DB
3Gog-Jore – Akobo Lot: 2 Km 35 – Km 70 GOE33.4DBB
4

Seka – Atnago – Alga – Seyo – Shenen – Guder Lot 1; Seka – Atnago – Alga – Seyo 
GOE93DBB
5Seka – Atnago – Alge – Seyo – Shenen – Guder Lot 3; Ambo Town and Ambo – Guder Town Road GOE20DB
6Fik-Segege-Grebo-Denane Lot 1 GOE90DBB
7

Fik-Segege-Grebo-Denane Lot 2 
GOE101DBB
8Dubiti-Arisa-Adigala-Biyokobob; Contract 2 GOE78DB
9

Dubiti-Arisa-Adigala-Biyokobob; Contract 3 
GOE119DB
10Zalambesa-Alitena-Marwa-Edegahamus Lot 2: Marwa-Edegahamus GOE38DB
11

Dembecha – Feresebet – Adet Lot 2: Sekela-Adet 
GOE61.7DB
12Jiga – Quwarit – Arb gebeya – Gish Abay – Tlili Lot 1: Jiga – Quwarit – Arb gebeya GOE59DBB
13

Mehal Meda – Gisherabiel – Mekoy – Milamile Lot 2 : Tormsaya/K.m 64-Milamile 
GOE63.1DBB
14

Nignang-Toha(Ongonge) 
GOE77.5DBB
15Fishagenet-Kele-Someya-Segen-Gebelebeno Lot 3: Segen-Gebelbeno GOE61DB
16




Dilla – Bulle – Haro Wacho-Shakiso Lot 2: Harowacho-Shakiso 
GOE57DBB
17Dembi Dolo-Gambela Lot 2 GOE50DB
18Agaro-Gera-Medabo GOE100DB
19

Adola – Melkadesta – Harenfema – 
GOE74.9DBB
20Bishoftu Expressway Approch Road GOE5DB
21

Gambella-Abobo-Goge-Dima Lot 3: Gilo River-Akuwela-Achagna-Dima 
GOE80DB
22Sodo Town Sections (Sodo – Town – Areka 
Junction, Sodo Town – Agricultural College and Sodo Town – Woli) 
GOE15.5DBB
23

Hojadure – Goro – Kenate 
GOE68DB
24

Hamusit – Este/Mekaneyesus – Simada -Sayient – Buso, Lot 3: Simada – Sayient – Buso 
GOE62.7DBB
25Gendesheno – Ejere – Gundomeskel – Woleka – Keymebrat Lot 1 Gendesheno – Ejere – Gundomeskel GOE90DBB
26

Continuation of construction works of Iteya -Robe – Seru Lot 2: Robe – Seru Road project 
GOE68.28DBB
27

Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot I: Debark – Buahit 
GOE61.8DB
28Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE72.9DB
29Continuation of construction works of Debark – Buahit – Dilyibza DB Road Project 
Lot II; Buahit – Dilyibza 
GOE61.96DBB
30Continuation of Construction works of Aykel – Zufan – Angereb; Lot 1 Aykel (Km 0+000) 

Km 69+000 Road Project 
GOE69DBB
31

Continuation of Adura – Akobo and Adura – Burbey Road Project 
GOE125.4DBB
32

Alamata – Chelana – Merewa – Tsetsere – Dela : Lot 1 Alamata – Km 65 
GOE72.2DBB
33

Debremarkose-DebreEliyas-Temecha-Kuch-Ayehu-Zegem-Chagni Lot 4: Ambla-Zigem – Chagni 
GOE86.3DBB
34

Kesa-Gimja Bet-Azena-Ambela 
GOE62DBB
35

Bure-Gomer 
GOE41.5DBB
36Homosha – Hidase Dam – Guba Lot 2 Km 70 – Hidase Dam – Guba GOE147DBB
37

Kobo – Kulmusk – Lalibella Lot 1: Muja- Kobo 
GOE60DBB
38

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 2 
GOE82.5DBB
39

Guliso – Cheliya – Dilla – Kendila – Begi – Yayo/ South Sudan Boarder Lot 3 
GOE60DBB
40Chebera Churchura – Gudumu GOE79DB
41

Bojeber-Areqit – Kutere – Bilalo 
GOE58DB
42

Alamata – Chelana – 100Merewa – Tsetsere – Dela – Samere Lot 2: K.m. 65-Tsetsere- Dela 
GOE70DBB
43Alemgena – Butajira-Sodo Lot 1: Alemgena – Butajira GOE100DBB
44

Negele Borena – Doloado – Melkasuftu Lot 3 Filtu – Doloado 
GOE93DBB
45Morka-Gircha-Chench-Chano Lot 2: Chencha-Chano GOE22DBB
46

Semera – Yalo – Mehoni 
GOE90DBB
47

Bulehora – Shakiso – Kibiremengest Lot 2: Km 70- Bulehora 
GOE72DBB
48Alemgena – Butajira-Sodo Lot 2: Butajira-Hosaina GOE100DBB
49Gimbi – Guye – Alga – Metu Lot 2: Km60-Metu GOE70DBB
50Hagayu – Sigmo – Saylem – Leqa – Becho – Metu: Lot 1 GOE70DB
51

Halaba-Siraro – Shemana – Hawassa Airport Jun/Erba Junction 
GOE63DBB
52

Gerahusenay – Ahiferom/Sero 
GOE40DBB
53Sekota – Amdework – Tekeze – Ibnat – Addis Zemen: Lot 1 GOE70DB
54Bati – Medina – Harewa – Bora – Kemise GOE110DB
55

Hawassa – Loke – Hantacho – Chuko 
GOE47DBB
56Aletawondo – Teferikela – Dilla GOE24DBB
57

Hosaina – Jajura – Gimbichu – Jako 
GOE50DBB
58

Gnigang. Jikawo-Dobrar– Rek 
GOE130DB
59Gelego – Tewodros Ketema – Guba Lot 2; Tewodros KetemaOmedila – Almahili – Mankush – Guba, Contract 1 GOE90DBB
60Goba – Dolomena – Negele Borena/Bitata/ Lot 1 Goba 
Dolomena 
GOE100DB
61Ginir-Gode Lot 1 GOE70DB
62Degehamedo – Degehabur GOE75DB
63Arbaminch – Wezeka – Konso – Jinka Lot 1 Arbaminch-Konso GOE135DB
64Arbaminch – Wezeka – Konso – Jinka Lot 2 Konso – Jinka GOE135DB
65

Kombolcha-Mekaneselam, Lot I 
GOE100DB
66Mekaneselam-Abay River Bridge-Gindewoyin GOE122DB
67Durgi – Gibe River – Omo Nada Lot 3; Gibe River – Omo Nada GOE50DBB
68Metema – Abrihajira – Maserodenb – Sanja, Lot 2, Cont. I: Abrihajira-km-80 GOE80DB
69Negele Borena – Dolo Odo – Melkasuftu Lot 2: Km 60 – Filtu GOE62DBB
70Jihur-Zemero-Degolo-Wereilu-Guguftu, Lot 1, Cont. 1: Jihur-Zemero GOE78DB
71Wacha-Maji, Lot 1 GOE90DB
72

Gilgel Beles-Dibate-Wenbera 
GOE58DB
73

Makisegnit – Degoma – Arbaya – Guhala – Setseka – Mesheha – Abi 
Adi Junction 
GOE80.71DB
74Dima-Bero-Kibish/k.m. 90-F4F6 Road Junction Lot 2: Kibish/Km 
90-F4F6 Road Junction 
GOE67DBB
75

Kofele-Kore – Bekoji and Arsi Negele – Bilalo Junction 
GOE68DB
76

Adi Gudem – Dengolat – Gejet – Yechela 
GOE71.27DB
77

Birki-Hayikmashal-Atsibi Junction 
GOE20DB
78Filtu – Moyale: Lot 1 GOE70DB
79

Tolta-Gelila-Laska and Shirshir-Wubhamer Sper 
GOE125DBB
80Ebantu(Hindi) – Ayana – Gelilla – Haro Limu – Yaso GOE95DB
81Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract I: Awash – Meiso (Km 0+000-70+500)(Re-tender) GOE70.5DBB
82Awash – Kulibi – Dire Dawa/Harer Overlay Road Project: Contract II: Meiso – Heirna (km 70+500-139+468)(Re-tender) GOE68.97DBB
83Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract III: Himna – Duse (km 139+468 225+000) (Re-tender) GOE85.53DBB
84Awash – Kulibi – Dire Dawa/Harer Overlay Road Project; Contract 
IV: Duse – Dengego – Harer & Dengego – Dire Dawa (km 225+000 
290+864 & 0+000 – 19+541) (Re-tender) 
GOE85.41DBB
85Addis – Gibe River Road Overlay Project Lot II; Sebeta-Kore GOE64DBB
86Addis – Gibe River Road Overlay Project; Lot III; Kore – Gibe 
River 
GOE93DBB

The selection of bidders will be carried out either by International Competitive Biddings (ICB) procedure or National Competitive Biddings (NCB) procedure based on the specific project requirements and conditions. Subsequently, the Specific Procurement Notice for each of the projects will be announced separately through nationally circulating newspaper (Ethiopian Herald), Ethiopian Roads Authority’s (ERA’s) website (www.era.gov.et) as well as through Public Procurement and Property Administration Agency’s (PPPAA’s) website (www.ppa.gov.et) and through appropriate further publications as deemed necessary. Addresses for Correspondences: Zekarias G/Giorgis, Engineering Procurement Directorate, Director 

Ethiopian Roads Authority P.O.Box: 1770 

Subcontract the Earthwork including Clearing and Grubbing, Roadbed Preparation, Excavation…

Published on:Reporter ( Sep 16, 2020 ) /Place of Bid Competitions:Ababa Ethiopia

Remaining Time for Bid Submission

Notice of Bid Invitation for Construction Work

(Procurement No. BEAEKA/ED/01/2020)

  1.  BEAEKA General Business PLC has signed a contract Agreement with Ethiopian Roads Authority for the construction of Jijiga-Gelelesh-Deghamedo-Segeg Road Project; (Contract II: Km 55+400-Km 165+220) and intends to subcontract the Earthwork including Clearing and Grubbing, Roadbed Preparation, Excavation, Embankment Construction and sub-base construction, From station 135+400to 150+000 (Lot I) and 150+000 to 165+220 (Lot II) in two lots to eligible contractors.
  2.  BEAEKA General Business PLC now invites registered constructors of category GC-4, RC-3 and above with their professional and trade license valid for the year 2012 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 sub-base for each of the lots indicated.
  3. The works to be carried out under this sub-contract comprises Clearing and Grubbing, Road Bed Preparation, in situ Roadbed Treatment, Excavation, Embankment Construction and sub-base construction. The road shall have a cross section of 10m (7m DBST carriageway and 1.5m gravel shoulder on each side or as per the drawings for different sections). The road is DS4 standard and the subcontractor is expected to construct the sub-contract work as per the drawings and specifications of the main contract.
  4. Interested eligible bidders may obtain further information and inspect the bidding documents at the BEAEKA General Business PLC 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. Complete set of bidding documents in English may be purchased by interested bidders as of September 25/2020 at the above office upon presentation of the document mentioned under item (2) above and a written application addressed to the company and upon payment of a non-refundable fee of Birr 500. Address: BEAEKA GENERAL BUSINESS PLC, SEMIEN MAZAGAJA ON THE WAY TO ADDISU GEBEYA, ADJACENT TO POLAND EMBASSY, BEAEKA BUILDING, 4th FLOOR, TEL: +251930481594
  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.  Bidders could choose to partake in one or both lots.
  8.  Bids must be delivered to the address below on or before Oct 25/2020 at 10:00 A.M in the morning. All bids must be accompanied by a bid security of ETB 50,000.00 and late bids will be rejected. Qualification information and bid security will be opened in the presence of bidder’s representatives who choose to attend, at the address below on October 25/2020 at 10:30 A.M in the morning.
  9. For any of your inquires please contact BEAEKA GENERAL BUSINESS PLC, Engineering Department Manager, Addis Ababa Ethiopia Tel. +251930-48-15-94/+251935-99-87-86
  10. BEAEKA GENERAL BUSINESS PLC reserves the right to accept or reject any or all bids without giving any reasons.

BEAEKA GENERAL BUSINESS PLC.

Addis Ababa City Road Network

Published on: Ethiopian Herald ( Sep 9, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BID

1. The Addis Ababa City Road Authority, acting as a representative of the Addis Ababa City Administration has allocated budget towards the cost of the following RoadProjects of the Addis Ababa City Road Network

2. The description of the projects is as follow

2.1. Arabsa – ICT Park Design & Build Road Project

The project roads start from Arabsa 6 pass through Bole – Lemi Industry Park, ICT Park and ends at Kilinto Goro Expressway road. The project road is categorized as Primary Arterial Pass 60, Expressway road with 60m width (23m median left for future expansion and BRT), according to the master plan of Addis Ababa and the Road Project is intended to harmonize mobility of traffic.

The duration of the project is 30 months, including 180 Calendar days (6 months) for design Period and mobilization. The contract delivery method of the projectis Design and Build (DB).

2.2. Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Road Project

The project consists of construction of the 1.5km length roads to dual carriageway each two lane asphalt surfaced with raised footpath on both sides. The project also includes the construction of structures like culverts and ancillary works

The project road is located in Yeka Sub-city of Addis Ababa City. It starts at around Kidanemehiret Church (480005.02E, 998588.61N), and ends at Hanamariam Church (481352.97E, 999209.52N),

The period of completion is 570 Calendar Days (19 months) from the date of commencement including 3 months (90 Calendar days) for clearance of Right of way obstructions.

2.3. Construction works of Beshale Condominium Asphalt Road Project

Beshale Condominium Asphalt Road Project is located within Beshale condominium. It has 8 segments having 20m width for segment 1 (one) and 2(Two) and 15m width with the remaining segments 3,4,5,6,7 and 8.

The duration of the project is 9 months, including 3 months for right of way and mobilization

3. The Addis Ababa City Roads Authority (AACRA) now invites bidders to submit sealed bids for providing the necessary labour, material and equipment for construction of the above road project.

4. Interested bidders shall submit the following evidence:

a) In case of Ethiopian Bidders:

i. Certificate of Registration from Ministry of Urban Development, Housing and Construction or other appropriate regional bureaus with

Category GC-1 or RC-1 renewed for 2012 EFY for Arabsa – ICT Park Design & Build Road Project:

Category RC-3 and/or GC-3 and above renewed for 2012 EFY for Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Road Project;

Category RC-2 and/or GC-2 and above renewed for 2012 EFY for Construction works of Beshale Condominium Asphalt Road Project:

  • ii. Trading License renewed for 2012 EFY;
  • iii. Tax Clearance Certificate, which states that the bidder can be participate in any public tender and valid at the deadline for submission of the bids:
  • iv. VAT Registration Certificate;
  • v. 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.

5. Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all eligible contractors as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash flow, General and Specific Experience for the project are as shown below:

5.1. Arabsa – ICT Park Design & Build Road Project

No. QualificationCriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For Local BiddersFor Foreign BiddersJV b/n Local andForeign Bidders
1Annual construction Turnover (ACT)ETB 521 Million (Peak)ETB 1.042 Billion(Average) ETB 782 Million(Average) 
2Liquid asset /cashflow requirement(CF)ETB 130.3 Million ETB 173.7 Million ETB 173.7 Million 
3General construction ExperienceA minimum of Two (2) years of experience under construction contracts in therole of Contractor, Joint Venture partner or Sub-Contractor prior to the deadlinefor bid submission A minimum of Five(5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub-Contractor prior to the deadline for bid submissionA minimum of Five (5)years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub-Contractor prior to the deadline for bid submission 
4Specific constructionprojects experienceAt least one (1) new or upgrading or rehabilitation road airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 32 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub Contractor with a contract price of at least ETB 1.303 Billion. ORAt least two (2) new or upgrading or rehabilitation road/airfield construction projects with any asphalt surfacing type including asphalt concrete or bituminous surface treatments each with a minimum length of 16.0 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 651.5 MillionOrAt least two (3) new or upgrading or rehabilitation road/airfield construction projects with any asphalt surfacing type including asphalt concrete or bituminous surface treatments each with a minimum length of 10.7 km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB434.3 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 32 km which are 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor  each with a contract price of at least ETB 1.303 Billion At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 32 km which are 85% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor  each with a contract price of at least ETB 1.303 Billion 

 5.2. Construction Works of Kotebe Kidanemehiret – Kotebe Dehnenet Sefer Rond Project

No.Qualification Criteria Minimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG
For Local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders
1Annual construction Turn over (ACT) ETB 130 Million (Peak)ETB 260 Million (Average)ETB 195 Million (Average)
2Liquid asset /cash flow requirement (CF)ETB 32.50 Million ETB 43.40 Million ETB 43.40 Million 
3General construction ExperienceA minimum of Two (2) years of experience underconstruction contracts in the role of Contractor, JointVenture partner or Sub-Contractor prior to the deadlinefor bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission 
4Specific construction projects experienceAt least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 4.3 Km which is at least 75% successfully and substantially completed withinthe last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 206MillionORAt least one (2) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 2.15 Km which is at least 75% successfully and substantially completed withinthe last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 103 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 4.3 Km which are at least 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 206 Million At least two (2) new or upgrading or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 4.3 Km which are at least 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 206 Million

5.3. Construction works of Beshale Condominium Asphalt Road Project

No.Qualification CriteriaMinimum Requirement for AACA Financed Projects, as per the Criteria approved by AACRA DG 
For Local BiddersFor Foreign BiddersJV b/n Local and Foreign Bidders 
 
1Annual construction Turnover (ACT)ETB 410.7 Million (Peak) ETB 821.3 Million (Average) ETB 616 Million (Average)  
2Liquid asset/ cash flow requirement (CF)ETB 102.7 Million ETB 136.9 Million ETB 136.9 Million  
3General construction ExperienceA minimum of Two (2) years of experience underconstruction contracts in the role of Contractor,Joint Venture partner or Sub-Contractor prior to thedeadline for bid submission.A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission A minimum of Five (5) years of experience under construction contracts in the role of Contractor, Joint Venture partner or Sub Contractor prior to the deadline for bid submission  
4Specific construction projects experienceAt least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of 8.7 Km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 308 Million.Or At least one (1) new or upgrading or rehabilitation road/ airfield construction project with any asphalt surfacing type including asphalt concrete or bituminous surface treatments with a minimum length of4.35 Km which is 75% successfully and substantially completed within the last 10 years as Contractor, Joint Venture partner or Sub-Contractor with a contract price of at least ETB 154 Million. At least two (2) new or upgrading or at least two (2) new or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 8.7 Km which are 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 308 Million. At least two (2) new or upgrading or at least two (2) new or rehabilitation road construction projects with asphalt concrete surfacing each with a minimum length of 8.7 Km which are 85% successfully and substantially completed within the last ten (10) years as Contractor, Joint Venture partner or Sub-Contractor each with a contract price of at least ETB 308 Million.  

6. If a Bidder was awarded and /or recommended for award of any works contract/s by AACRA with in the last 6 (six) month prior to the bid submission, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject project; and criteria of the awarded contract/s and/or those recommended to be awarded.

7. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 to 12:30 A.M and 1:30 to 5:30P.M from Mondays to Thursdays and 8:30 to 11:30 A.M and 1:30 P.M to 5:30 P.M on Fridays.

A complete set of bidding document 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 100 for each project effective as of September 14, 2020. The method of payment shall be in cash.

Address: Addis Ababa City Roads Authority

Engineering Procurement Directorate

Ground Floor, Room No. 39

Tel: 251-11-372-89-48

Addis Ababa, Ethiopia

8. Bidders shall submit their bids in two envelopes, “Qualification information & Bid Security” in one envelope and “Financial Bid” separately in another envelope and the two envelops sealed in on other outer envelopes.

9. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified bidders next.

10. The value of total certified payments received in each year (Annual Construction Turnover) shall be adjusted for inflation of Birr value by multiplying them by Cn/Cofactor, where Cn is the value of 1 US Dollar in Birr on the date 28 days prior to the bid submission date and Co is the value of 1 US Dollar in Birr computed using the exchange rate prevailing on the last date of the respective fiscal year.

11. For the specific construction project experience requirement, the contract price 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 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. The basis of computing the Dollar value of Birr shall be the selling exchange rate issued by the National Bank of Ethiopia.

12. Bids must be delivered to the address below on or before October 13, 2020 at 2:30 P.M. All bids must be accompanied by a bid security of ETB 500,000.00 (ETB: Five Hundred Thousand) for each project. Late bids will be rejected. One original and four copies of the bids have to be submitted. The Qualification information and Bid security of the bidders will be opened immediately after the submission deadline in the presence of bidders’ representatives who chose to attend at the address below.

Director-General

Addis Ababa City Roads Authority

In front of Alexander Pushkin Roundabout

P. O. Box 9206

Addis Ababa, Ethiopia

Tel. +251-11-372-89-53/48

13. The Addis Ababa City Roads Authority reserves the right to accept or reject any or all bids.

ADDIS ABABA CITY ROADS AUTHORITY

Bure- Gambella-Jikawo (Bonga- Gambella- Jikawo) Heavy maintenance Road Project …

Published on: Ethiopian Herald ( Aug 22, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATION FOR BIDS

The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply pan of this budget to payments under these projects. 

Package I(I) Maintenance project 

Item noProject nameEstimated length(km)Payment typeProject durationContract deliveryProcurement Type
1Bure- Gambella-Jikawo (Bonga- Gambella- Jikawo) Heavy maintenance Road Project under Jimma Road network and safety management Branch directorate154.0AC2.0 yearsDBBNCB
2Dessie Wadja Routine Term maintenance road project under combolcha Road network and safety management Branch Directorate (Re bid)187AC2.0 yearsDBBNCB
3shekussien –Mcheta  contract 2: km 60+000- mecheta periodic road project under Shashemene Road Network and safety management branch directorate60.0Gravel2.0 yearsDBBNCB
4metu –gore –Bure (Metu-Gore-Bonga)Heavy maintenance Road project under Jimma Road Network and safety management Branch Directorate141AC2.0 yearsDBBNCB

Note: – AC = Asphalt Concrete, NCB National Competitive Bidding

2. The Ethiopian Roads Authority now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above road projects. 

3. Interested bidders shall submit the following evidence: 

a In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include: 

  • i) Trading License renewed for 2012 EFY; 
  • ii) Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date; 
  • i) VAT Registration Certificate; and 
  • iv) Registration as Supplier in the list of the mandated public body, i.e. public Procurement and Property Administration Agency (PPPAA). 

b. In case of bidders other than Ethiopians; 

  • i) Business organization registration certificate or Trade License issued by the country of establishment. 
  • ii) Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority which allows the bidder to participate in public tenders at the date of deadline for bid submission if the foreign bidder already has on going or completed project in the Country; Ethiopia. 

4. Bidding will be conducted through an International Competitive Bidding (ICB) and procedures as specified on the tables ‘above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below: 

Qualification and Evaluation Criteria of Road Projects 

4.1. Bure- Gambella-Jikawo (Bonga- Gambella- Jikawo) Heavy maintenance Road Project under Jimma Road network and safety management Branch directorate 

Item/NoQualification Criteria Minimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 75 Million (Peak)ETB 189 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 141 Million (Average).
2Liquid Asset/Cash Flow RequirementETB 23 MillionETB 31 Million
3General Construction2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4Specific Construction Project ExperienceA Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 132 Million;  ORA Minimum of Two (2) any road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 66 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).A Minimum of Two (2) heavy road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 189 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).  
5GradeRC- 3or Gc-3 

4.2. Dessie Wadja Routine Term maintenance road project under combolcha Road network and safety management Branch Directorate (Re bid)

Item/NoQualification Criteria Minimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 81 Million (Peak)ETB 203 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 152 Million (Average).
2Liquid Asset/Cash Flow RequirementETB 25 MillionETB 33 Million
3General Construction2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4Specific Construction Project ExperienceA Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 142 Million;  ORA Minimum of Two (2) any road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 71 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).A Minimum of Two (2) heavy road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 203 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).  
5GradeRC- 3or Gc-3 

4.3. shekussien –Mcheta  contract 2: km 60+000- mecheta periodic road project under Shashemene Road Network and safety management branch directorate

Item/NoQualification Criteria Minimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 16 Million (Peak)ETB 41 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 31 Million (Average).
2Liquid Asset/Cash Flow RequirementETB 5 MillionETB 6 Million
3General Construction2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4Specific Construction Project ExperienceA Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 29 Million;  ORA Minimum of Two (2) any road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB  14 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).A Minimum of Two (2) heavy road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 41 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).  
5GradeRC- 5or Gc-6 

4.4 metu –gore –Bure (Metu-Gore-Bonga)Heavy maintenance Road project under Jimma Road Network and safety management Branch Directorate

Item/NoQualification Criteria Minimum Requirement 
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 82 Million (Peak)ETB 206 Million(Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 155 Million (Average).
2Liquid Asset/Cash Flow RequirementETB 25 MillionETB 34 Million
3General Construction2 Years firm experience under construction contracts , Joint Venture partner, Management Contractor or sub5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub
4Specific Construction Project ExperienceA Minimum of One (1) road maintenance or Construction/rehabilitation/ up grading project with a value of at least ETB 144 Million;  ORA Minimum of Two (2) any road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB  72 Million;In all cases, the experiences shall be within the last ten (10) years that has been successfully and substantially completed (70% Completed).A Minimum of Two (2) heavy road maintenance or  Construction/rehabilitation/ up grading project  each with a value of at least ETB 206 Million;Within the last ten (10) years that has been successfully and substantially completed (80% Completed).  
5GradeRC- 3 or Gc-3 

5. If a bidder is awarded and /or recommended for award of any two works contracts by ERA six months prior to the bid submission date of the subject projects until award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects; and that of the awarded contracts and/or those recommended to be awarded A detailed qualification 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 p.m. and 1 :30 p.m. to 5:30 p.m. local time from Monday to Thursday, and from 8:30 to 11 :30 a.m. and I :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 1,000 or “USD 40 for each project, effective as of August 24, 2020. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia Sengatera Branch through Account No. 01715-33144600.”Address: Ethiopian Roads Authority, New Building, Engineering Procurement Directorate, 1ST Floor, Office No. 108, Tel: +251-11-833 29 81/515-30-15. 

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

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

11. The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Co factor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid submission date and Co is the value of 1 US 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 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 September 24, 2020 at 2:30 P.M. for Road Projects. 

Director General 

ERA’s New Building, Block B, 2nd Floor, Conference Room, Room No.204 

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. 

ETHOPIAN ROADS AUTHORITY 

1.CONSTRUCTION WORKS OF SHAMBU-AGEMSA ROAD UPGRADING PROJECT

Published on: Ethiopian Herald ( Jul 24, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

FEDERAL DEMOCRATIC REPUBLIC OF ETHIOPIA ETHIOPIAN ROADS AUTHORITY

CONSTRUCTION WORKS OF SHAMBU-AGEMSA ROAD UPGRADING PROJECT

INVITATION FOR BID

1. The Federal Democratic Republic of Ethiopia (FDRE) has applied for financing from the OPEC Fund for International Development (OFID) and Arab Bank for Economic Development in Africa (BADEA) for the Shambu – Agemsa Road Upgrading Project. 

2. The Ethiopian Roads Authority (ERA) on Behalf of the FDRE invites international eligible Contractors (including all members of a joint venture and all Subcontractors of bidders) for the Shambu – Agemsa Road Upgrading Project. 

3. In general, the proposed Shambu – Agemsa Road Upgrading Project consists of upgrading of the existing gravel road to Asphalt Concrete Surfacing to ERA DC5 standard. The project road is located in the Oromia National Regional state in the south western part of Ethiopia. The project is an existing 95 km long gravel road which starts at Shambu town that is located on the Baku – Shambu – Agemsa link road and terminates at Agemsa town which is situated on the Nekemt – Bure road. Shambu town is about 303 km from Addis Ababa via the Addis Ababa – Ambo – Bako road. The terrain classification of the project road indicates that 2.13% of it passes through flat terrain while 82.51%, 14.22% and 1.04% of it traverses through rolling, mountainous and escarpment terrains respectively. The project road is designed as a two-way two-lane carriageway with a DC 6 road standard (As per ERA’s Geometric design Manual-2013). The total length of the designed road is 95.25 km to be Constructed in Asphalt Concrete Surfacing of 5cm thickness for the Carriageway and also involving the Construction & Rehabilitation of Two Bridges of 22 and 14ms lengths, respectively, each having 10m widths. It will have a total of 7.0 m carriageway width with 3.5 m wide parking lane on its each side for Zonal and Woreda Seats and 2.5 m wide parking lane on its each side for Kebele Seats. The Zonal and Woreda Seats will also have 2.5 m wide footway on both sides of the road. Furthermore, the Zonal Seats will have 2.5m and Woreda seat Im wide median. In rural Sections, the project road will have 1.5 m wide shoulder for flat and rolling terrain sections and 0.5 m wide shoulder for mountainous and escarpment terrain sections. The surfacing of the shoulders is designed to be Double Bituminous Surface Treatment (DBST) for all the rural sections of the project road. The town sections will have side ditches on both sides of the road. Time of completion of the project is 1278 Calendar days including mobilization period of 120 calendar days. 

4. Eligible Applicants may obtain further information from, and inspect and acquire the Bidding Documents, at: Address: Ethiopian Roads Authority (ERA) Ras Abebe Aregay Street ERA Headoffice, New Building Block B, 1st Floor, Office No. 105, P.O. Box 1770 Addis Ababa, Ethiopia. Tel.No. +251-11-515 10 877 515-04-19 Fax No. (251 11) 551-48-66/554 44 34 

5. Bidders may obtain a complete set of bidding documents at the above office starting from July 27, 2020 and upon payment of a non-refundable fee of 300 US$ (Three Hundred Sixty US dollars) or 10,000 ETB (Ten Thousand Ethiopian Birr). Payment shall be made in cash, bank certified check or telegraphic transfer to the Employer’s Bank Account in the Commercial Bank of EthiopiaSengatera Branch through Account No. 01715-33144600. The document will be sent by registered airmail if required so by the bidder but under no circumstances will the procuring entity be held responsible for late delivery or loss of the documents so mailed. 

6. Bidding will be conducted through the International Competitive Bidding (ICB) procedure specified in the bidding documents, and is open to all eligible bidders. The minimum General and Specific Construction Experience is as shown below: 

Table 6.1: Construction Works of Shambu Agemsa Road Upgrading Project 

Item NoQualification CritereaMinimum Requirement 
1Annual construction turn overUSD 50.0 Million Average Construction Turnover) 
2Liquid Asset/Cash Flow requirementUSD 10.0 Million 
3General Construction projectExperience  10 Years firm Experience in Construction 
4Specific Construction projectExperience  Two (2) new Asphalt Concrete (AC) road Construction or rehabilitation or upgrading each with a value of USD 53.0 Million within the last ten  (10) years that has been successfully and substantially completed (80% Completed) 
5Specific Construction projectExperience In Key Activities    Item no Item Description Unit Quantity
 Earthwork cut & borrow to fill cut to spoil common and intermediate Rock excavation M3/Year 1,100,000.00
 Crushed Sub base M3/Year75,000.00 
Crushed Stone Base  M3/Year70,000.00 
4Asphalt Concrete AC surface dressingM2/Year280,000.00

7. The bidding procedure to be followed is a two-envelope procedure. The post-qualification documents and financial offers should be sealed in two separate envelopes. The first envelope containing the post-qualification application and bid security is clearly marked “Post Qualification Application and Bid Security” and the second envelope that contains the offer is marked “Submission of Offer” for the Construction Works of Shambu – Agemsa Road Upgrading Project respectively and the two envelopes shall also be enclosed by an outer envelope marked “Post Qualification Application and offer for Construction Works of Shambu – Agemsa Road Upgrading Project. Evaluation is also to be carried out in two stages, the post qualification application and the bid security will be opened first and the qualification evaluation will be undertaken. The bid that are responsive to the minimum post qualification criteria will be opened for further evaluation. The offers of those bidders who fail the minimum qualification criteria shall be returned unopened after the award of contract. 

8. All bids must be accompanied by a security in the form and amount specified in the bidding documents, and delivered to: Director General, 2nd Floor, Conference Room Ethiopian Roads Authority, Ras Abebe Aregay Street P. O. Box 1770, Addis Ababa, Ethiopia On /or before September 29, 2020 @ 2:30 P.M. Local Time. The Bids shall be prepared in one original and four copies. Bids must be accompanied by a bid security of USD 1,000,000.00 (United States Dollar: One Million) or Equivalent in a format acceptable to the Employer. Late bids will be rejected. Post-Qualification Application and Bid security of the bidders will be opened immediately thereafter in the presence of the Procurement Endorsing Committee and bidders’ representatives who choose to attend on the final date and time of bid submission and at the address stated here above. 

9. The Ethiopian Roads Authority reserves the right to accept or reject any or all bids. 

Address: 

Ethiopian Roads Authority (ERA), Ras Abebe Aregay Street ERA Headoffice, New Building Block B, 1st Floor, Office No. 105, P.O. Box 1770, Addis Ababa, Ethiopia. 

Tel. No. +251-11-515 10 871 515-04-19 

Fax No. (251 11) 551-48-66/554 44 34 

Ethiopian Roads Authority

You cannot copy content of this page