| Publish Date:Ethiopian Herald ( Oct 11, 2020 ) |
| Submission Date:On or before November 26, 2020 at 2:30 P.M |
| Competition place:Addis Ababa |
NOTICE OF INVITATION FOR BIDS
1.The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Construction Projects and intends to apply part of this budget to payments under these projects.
| Package II (2) | ||||||
| It.No. | Project Name | Estimated Length (Km) | Pavement Type | Project Duration | Contract Delivery | Procurement Type |
| 1 | Mekelle – Abiadi Heavy Maintenance Road Project | 92 | AC | 2 years | DBB | NCB |
| 2 | Maitsebri – Dima – Fiyelwuha DBST Overlay Road Project | 162 | DBST | 2 years | DBB | NCB |
| 3 | Shehedi – Gelego Periodic Maintenance Road Project | 60 | Gravel | 1 Years | DBB | NCB |
| 4 | Kuraz Factory Access F3-F4 Periodic Maintenance Road project | 50 | Gravel | 2 Years | DBB | NCB |
| 5 | Hargele – Imi Periodic Maintenance Road Project | 260 | Gravel | 2 Years | DBB | NCB |
Note: – DBB = Design, Bid and Build; NCB = National Competitive Bidding; and AC = Asphalt Concrete
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;
iii) 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 the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
4. Bidding will be conducted through a National Competitive Bidding (NCB) 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:
4.1. Mekelle – Abiadi Heavy Maintenance Road Project
| It.NO | Qualification Criteria | Minimum requirement | ||
| Local Bidders | Foreign Bidders | |||
| 1 | Annual Construction turnover for the Last Five Years | ETB 93.0 Million (peak) | 232.5 Million (Average) | |
| The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreing firms is ETB 174.4 Million (average) | ||||
| 2 | Liquid Asset/Cash Flow Requirement | ETB 29.0 Million | ETB 38.7 Million | |
| 3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | |
| 4 | Specific Construction Project Experience | A Minimum of any type of road maintenance or construction/ rehabilitation/ upgrading road project with a value of at least ETB 162.7 Million; OR A Minimum of Two (2) any type of road maintenance or construction/rehabilitation/upgrading road projects each with a value of at least ETB 81.3 Million; In both 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) type of road maintenance or upgrading or rehabilitation or construction projects each with a value of at least ETB 232.5 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed). | |
| 5 | Grade | RC-2 or GC 3 and above | ||
4.2 Maitsebri-Dima-Fiyelwuha DBST Overlay Road Project
| It.NO | Qualification Criteria | Minimum requirement | |
| Local Bidders | Foreign Bidders | ||
| 1 | Annual Construction turnover for the Last Five Years | ETB 57.5 Million (peak) | 143.9Million (Average) |
| The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 107.9 Million (average) | |||
| 2 | Liquid Asset/Cash Flow Requirement | ETB 17.9 Million | ETB 23.9 Million |
| 3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. |
| 4 | Specific Construction Project Experience | A Minimum of One (1) any road maintenance or construction/ rehabilitation/upgrading road project with a value of at least ETB 100.7 Million;ORA Minimum of Two (2) any road maintenance or construction/ rehabilitation/upgrading road projects each with a value of at least ETB50.3 Million;In both 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) routine term maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 143.9 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
| 5 | Grade | RC-4 or GC 4 and above |
4.3 Shehedi-Gelego Periodic Maintenance Road Project
| It.NO | Qualification Criteria | Minimum requirement | |
| Local Bidders | Foreign Bidders | ||
| 1 | Annual Construction turnover for the Last Five Years | ETB 22.1 Million (peak) | 55.3 Million (Average) |
| The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreing firms is ETB 41.4 Million (average) | |||
| 2 | Liquid Asset/Cash Flow Requirement | ETB 6.9 Million | ETB 9.2Million |
| 3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. |
| 4 | Specific Construction Project Experience | A Minimum of One (1) any type of road maintenance or construction/rehabilitation/upgrading road project with a value of at least ETB 19.3 Million;ORA Minimum of Two (2) any type of road maintenance or construction/ rehabilitation/ upgrading road projects each with a minimum value of ETB 9.6 Million;In both 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) type of road maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 27.6 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
| 5 | Grade | RC-6 or GC 6 and above |
4.4. Kuraz Factory Access F3-F4 Periodic Maintenance Road Project
| It.NO | Qualification Criteria | Minimum requirement | |
| Local Bidders | Foreign Bidders | ||
| 1 | Annual Construction turnover for the Last Five Years | ETB 19.4 Million (peak) | 48.6 Million (Average) |
| The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 36.5 Million (average) | |||
| 2 | Liquid Asset/Cash Flow Requirement | ETB 6.0 Million | ETB 8.1 Million |
| 3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. |
| 4 | Specific Construction Project Experience | A Minimum of One (1) any road maintenance or construction/ rehabilitation/upgrading road project with a value of at least ETB 34.0 Million;ORA Minimum of Two (2) any road maintenance or construction/rehabilitation/upgrading road projects each with a value of at least ETB 17.0 Million;In both 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) routine term maintenance or construction/ rehabilitation/upgrading road projects each with a value of at least ETB 48.6 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
| 5 | Grade | RC-5 or GC 5 and above |
4.5 Hargele- Imi Periodic Maintenance Road Project
| It.NO | Qualification Criteria | Minimum requirement | |
| Local Bidders | Foreign Bidders | ||
| 1 | Annual Construction turnover for the Last Five Years | ETB 41.4 Million (peak) | 103.5 Million (Average) |
| The annual Construction Turnover(ACT) requirement for a joint Venture (JV) of local and foreign firms is ETB 77.6 Million (average) | |||
| 2 | Liquid Asset/Cash Flow Requirement | ETB 12.9 Million | ETB 17.2 Million |
| 3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner or Sub-Contractor. |
| 4 | Specific Construction Project Experience | A Minimum of One (1) Routine maintenance or construction/rehabilitation/ upgrading road project with a value of at least ETB 72.4 Million;orA Minimum of Two (2) Routine maintenance or construction/rehabilitation/ upgrading road projects each with a minimum value of ETB 36.2 Million;In both 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) Periodic maintenance or construction/ rehabilitation/ upgrading road projects each with a value of at least ETB 103.5 Million within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
| 5 | Grade | RC-4 or GC 4 and above |
4.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 and 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 criterion is stated in the respective bidding documents.
5.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 1:30 p.m. to 5:30 p.m. local time on Friday.A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and a nonrefundable fee of ETB 1,000 or USD 40 for each project, effective as of October 15, 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 Block B, Engineering Procurement Directorate, 1st Floor, Office No. 102, Tel: +251-11-833 29 81/ 515-30-15.
6. Bidders can apply for one or for all or for any number of projects from the above listed projects under the package 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.
7. 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.
8. Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
9. 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.
10. 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 selling exchange rate prevailing on the last date of the respective fiscal year.
11. 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.
12. Bids must be delivered to the address below on or before November 26, 2020 at 2:30 P.M.
Director Heneral
New Building ,Block B, 2nd Floor Conference Room
Ethiopian Roads Authority
Ras Abebe Aregay Street
P.O.Box 1770
Addis Ababa, Ethiopia
Tel.+251 11 551 71 70/79
Fax: +251 11 55148 66
13. The Ethiopian Roads Authority Reserves the right to accept or reject any or all bids.
Ethiopian Roads Authority