The Best Construction Tenders Advertiser in Ethiopia

Tenders

Contractor

Read more

 

Consultant

Read more

 

Machinery Rental

Read more

 

Direct Unit Price

Read more

 

CBE Bole branch office building Construction…

Published on: Fortune  Aug 23, 2020 /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

COMMERCIAL BANK OF ETHIOPIA 

Invitation for Local Competitive Bidders 

  1. Commercial Bank of Ethiopia (CBE) invites interested bidders for Procurement of under listed work. 
Item NoDescription of itemBid No. Business Category Bid TypeBid Bond AmountBid Opening Date
1Bole branch office buildingConstruction  006/2020/21GC-1 or BC-1 International Competitive BidICB 1,000,000 ETBOct 12 ,2020
2Buredamot branchMaintenance andModification work 007/2020/21GC-4 or BC-4and above National Competitive(NCB) 200,000 ETBSep 16 ,2020

2. The Bid document shall be obtained commencing from August 27,2020 for each itemsfrom Commercial Bank of Ethiopia. Procurement SubProcess, opposite to Vatican Embassy, next to Gibson Youth Academy. Facilities Management Building, 2nd Floor, Room No. 201 and you can access the bid document online from Https:// Bids.Mobtenders.comagainst payment of a non-refundable fee of Birr 300.00 (Three Hundred bir only or Bole building office Construction and Birr 100.00(One Hundred bir only) for Bure damot Maintenance and Modification workwhich shall be paid against Acct. No.1000134998028to the account of CBE Finance Process’ account, in the name of the bidder. The bid document shall be collected during office hours (Monday to Friday 8:00-12:00a.m., 1:00-4:15p.m.; and Saturday 8:00-11:45a.m.) by presenting the payment advice. Presenting copy of renewed Trade License, Tax Clearance Certificate and VAT Registration Certificate is a must. 

3. Bidders who do not have a contract with the Bank and who do not have any poor performance history on previous Bank’s Projects can participate in this Bid. (For Item 1)

4. Bidders shall be quite sure to state direct line phone number, cell phone number, fax number and e-mail address of their organization correctly while collecting bid documents. Failure in receipt of bid communication due to incorrectness of the above will not be the responsibility of the bank. 

5. Bid proposal shall be accompanied by the bid bond/Earnest Money Deposit in the amount of Birr as stated above in the form of Unconditional Bank Guarantee or Cash Payment Order (C.P.O.). Bid bond/EMD in any other form is not acceptable. 

6. Bids must be deposited in the tender box prepared for this purpose at Commercial Bank of Ethiopia, Procurement Sub-Process, during office hours before 2:00 p.m.at the place mentioned under no.2 above. 

7. Bid opening shall be held in the presence of bidders and/or their legal agents who wish to attend, on 2:30 p.m. at the place mentioned under no. 2 above. 

8.Failure to comply any of the conditions from 2-5 above shall result in automatic rejection. 

9. Interested eligible bidders may obtain further information from Procurement Sub-Process, P. O. Box 255. Addis Ababa, Ethiopia, Tel.251-11-372-2878, Fax251-11-372-28-89. orvisit: CBE Website. 

10. The CBE reserves the right to accept or reject any or all bids

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 

Borhole Drilling for Holeta Bull-dam farm

Published on: /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

Request for Bids

Employer: Ministry of Agriculture, LFSDP

Project: Livestock and Fisheries Sector Development Project (LFSDP p159382)

Contract title: Borhole Drilling for Holeta Bull-dam farm

Country: Federal Democratic Republic of Ethiopia

Credit No.: 6165-ET

RFB No: ET-MOLF-186847-CW-RFB

  1. The FDRE Ministry of Agriculture has received financing from the World Bank towards the cost of the Livestock and Fisheries Sector Development Project (LFSDP p159382), and intends to apply part of the proceeds toward payments under the for Borhole Drilling for Holeta Bull-dam farm
  2. The Ministry of Agriculture now invites sealed Bids from eligible Bidders for the Upgrading Works of Holeta Bull-dam Farm. The invitation is open for contractors under category of GC-3/WC-3 and above, who have registered with the relevant government offices in Ethiopia and renewed their license for the current year.
  3. Bidding will be conducted through national competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers: Procurement of Works under IBRD Loans and IDA Credits & Grants by World Bank Borrowers dated July 2016 and is open to all eligible Bidders as defined in the Procurement Regulations.
  4. Interested eligible bidders may obtain further information from Ministry of Agriculture, Procurement Directorate and inspect the bidding documents during office hours at the address below during office hours: from 09:00 A.M to 12:30 A.M hours and from 2:00 P.M to 5:00 P.M hours, Mondays to Thursdays and 09:00 A.M to 11:30 A.M and 2:00 P.M to 5:00 P.M hours on Fridays.
  5. A complete set of the bidding document in English language may be purchased by interested eligible bidders at the address given below and up on payment of a non-refundable fee of Ethiopian Birr 300.00 (three Hundred Birr). The method of payment will be in cash. The document will be given to the applicants arriving at our premises in person.
  6.  Bids must be delivered to the address below on or before September 25, 2020. Electronic bidding will not be permitted. Late bids will be rejected. The outer Bid envelopes marked “ORIGINAL BID”, and the inner envelopes marked “TECHNICAL/FINANICAL PART” will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below. on September 25, 2020 at 2:30pm.
  7. All bids must be accompanied by a Bid Security amounting as per stated in the bidding document. Total amount of bid security could be Birr 30,000.00 (Thirty Thousand Birr). Bid Security must be in the form of either CPO or Bank Guarantee from a recognized local Banks or in Cash. Insurance Bond and bid security declaration is not acceptable. The bid security shall be attached with or in the original bid proposals envelop.
  8.  The Ministry reserves the right to reject any or all of the bids as required. The address referred to the above Is:

The Federal Ministry of Agriculture

Procurement Directorate Director of MoA

Street Address: CMC Road, behind Ethiopian Geological Survey

Floor/ Room number: Block B; 1st Floor, Room number 1-2 Addis Ababa

DEBRE HAWI ST. YARED ANDENET MONASTERY REQUEST FOR EXPRESSIONS OF INTEREST FOR MASTER PLANNING AND ARCHITECTURAL DESIGN PROJECT COMPETITION OF CHURCH AND CENTER FOR RELIGIOUS COMPLEX

OFFICE OF THE BUILDING CONSTRUCTION PERFOMER COMMITTEE FOR DEBRE HAWI ST. YARED ANDENET MONASTERY REQUEST FOR EXPRESSIONS OF INTEREST FOR MASTER PLANNING AND ARCHITECTURAL DESIGN PROJECT COMPETION OF CHURCH AND CENTE FOR RELIGIOUS COMPLEX 

  1. The Office of the building construction performer committee for Debre Hawi St. Yared Andenet Monastery in collaboration with Association of Ethiopian Architects (AEA) invites all practicing Architects and Consulting Firms to participate in Architectural design competition for Master Planning and Architectural Design Project Competition of Church and Center for Religious Teaching Complex.
  2. The Competition is a two-Stage Project Competition open for all Practicing Architects and consulting firms who are the member of AEA, through submittal of Expression of Interest (EOI)
  3. . Practicing Architects and consulting Finns will be shortlisted for competition’s participation based on their demonstration of response to this request. 
  4. Interested Practicing Architects and consulting Firms may obtain further information from secretariat Office of the building construction performer co mittee for Debre Hawi St. Yared Andenet Monastery and inspect the EOI documents at the addr ss given below at 7(a) from 9:00 A.M – 5:00 PM (office hour). 
  5. A complete set of Terms of Reference (TOR) Documents in E ish can be purchased by interested Practicing Architects and consulting firms at the address below at 7(a) and upon submitting copies of their License and paying of a non-refundable fee of 500 Ethiopian Birr. The method of payment will be Cash.
  6. Request for EOI with relevant documents must be delivered to the address below at 7(b) at or before 5:30 P.M, of September 2020 Late entries are not accepted.
  7. (a)Addrss documents will be issued from: Office of the building construction performer Committee for Debre Hawi St. Yared Andenet Monastery, Arada Sub-City,wereda -09, house no. 811 (Holy Trinty Cathedral Building, 3rd floor, Office No. Tel. 0902151111) (b) Address bids will be delivered to: Office of the building construction performer Committee for Debre Hawi St. Yared Andenet Monastery,Arada Sub-City,wereda -09, house no. 811 (Holy Trinty Cathedral Building, 3d floor, Office No.05, Mob.+251902151111 
  8. Office of the building construction performer committee for Debre Hawi St. Yared Andenet 

Monastery reserves the righto accept or reject applications made pursuant to this request at its own discretion without assigning any reason thereof. 

5. Ethiopian Electric Power…Construction…

Published on:Ethiopian Herald ( Aug 11, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

INVITATION FOR PREQUALIFICATION 

IFP No.EEP/TSO/PQ//01/2020 

  1. The Ethiopian Electric Power would like to invite prequalification document from eligible applicants which can arrange soft concessional loan which full fill the IMF definition and accepted by the Federal Democratic Republic of Ethiopia; Ministry of Finance, from its respective government and/or financing institutions for Engineering, Procurement, Construction, Testing and Commissioning of transformer Maintenance workshop Project.
  2. It is expected that Invitations for Bid (IFB) will be made in August 12, 2020. Interested applicants are allowed to submit Application to be pre-qualified for these contracts subject to meeting the Pre-qualification Requirements.
  3. A complete set of the prequalification documents may be purchased by interested bidders upon payment of a non-refundable fee of Ethiopian Birr 2,000.00 (Two Thousand) or it’s equivalent freely convertible currency. The method of payment shall be in cash or cashier’s check or through telegraphic transfer to EEP main A/C No. 1000068726372, Commercial Bank of Ethiopia (CBE), Arada Ghiorgis Branch, Swift Code: EBETETAA and EEP BUMBUNA HPP A/C No. 0101181300051, NATIONAL BANK OF ETHIOPIA (NBE), Swift Code: NBETETAA, for ETB and USD currency respectively.
  4. Prequalification will be conducted through the procedures as specified in the EEP’s procurement guideline and is open to all eligible contractors. 
  5. Interested eligible bidders may obtain further information, and inspect the prequalification documents, from the Ethiopian Electric Power at the address below during working hours. A complete set of prequalification documents in English may be collected from the address mentioned below. The document will be col cited from the procurement office during working hour morning from 8.00 AM to 12.00 PM and afternoon from 1.00 PM to 5.00 PM.
  6. .Applications for Prequalification should be submitted in sealed envelopes to the following address either delivered by hand or by registered mail in one (1) original and three (3) copies to the address below by 26 September 2020, at 2:30 PM local time and be clearly marked “Application to Prequalify for Engineering, Procurement, Construction, Testing and Commissioning of Transformer Maintenance Workshop Project and Application of arranging the soft concessional loan. Late applications shall be rejected.
  7. The Ethiopian Electric Power reserves the right to reject any or all Applications. 

Ethiopian Electric Power Attention: Mr.Kefyalew Mergiya, Procurement 

Director, Address: Ethiopian Electric Power (EEP) Head Office, 

Kirkos Sub city, Woreda 6, House Number 180/181, Mexico K Kare Center 1st Floor, Room No.01 Addis Ababa, Ethiopia, 

Tel#:+251-(0)11-5580597/+251-(0)11-5581916 P.O.Box:-15881 

E-mail: kmergiya@yahoo.com 

4. Construction of CETP for Kombolcha Industrial Park (Design-Build)

Published on: /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

 Invitation to Bid (2nd Time) International Competitive Bid (ICB) 

The Federal Democratic Republic of Ethiopia Industrial Parks Development Corporation (IPDC) 

IFP Title: Construction of CETP for Kombolcha Industrial Park (Design-Build) Procurement Reference Number: IPDC/ICB/W/06/2012 

  1. The FDRE- Industrial Parks Development Corporation has allocated budget for Construction of CETP for Kombolcha Industrial Park. 
  2. IPDC invites sealed bids from eligible GC Level-I (General Contractor Level One) contractors for the Design-Build of Pre-Treatment Works to Combine Industrial Effluent into an Existing STP for Kombolcha Industrial Park. 
  3. Bidding will be conducted through International Competitive Bidding (ICB) procedures contained in the Procurement Management policy & Procedural Manual of the Industrial Parks Development Corporation and are open to all eligible bidders. 
  4. A complete set of bidding documents in English language may be purchased by interested bidders upon payment of a non-refundable fee ETB 200. The method of payment shall be in cash. 
  5. Interested eligible bidders may obtain further information from Industrial Parks Development Corporation and inspect the bidding document at the address given below from Monday to Thursday from 08:30 AM to 12:30 AM in the Morning and 1:30 PM to 5:30 PM in the Afternoon, Friday 08:30 AM to 11:30 AM in the Morning and 1:30 PM to 5:30 PM in the Afternoon.
  6. . Bids must be delivered to the address below at or before Sep 8, 2020 at 2:00 PM in the afternoon. Late bids will be rejected. A bid must be accompanied by a bid security of Ethiopian Birr 3,000,000.00 in any easily convertible currencies in the form of CPO or an Unconditional Bank Guarantee in accordance with the form provided in the section 4 of the bidding document. 
  7. Bids will be opened in the presence of the bidder’s or their legal representatives who choose to attend at the address below September 08, 2020 at 2:30 PM in the afternoon
  8. IPDC reserves the right to reject any bid and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to bidders. 
  9.  The address referred to above is: The Federal Democratic Republic of Ethiopia, Industrial Parks Development Corporation (IPDC) 

Address: Kebena, In front of Kenya Embassy, at Bishan Gari Building Procurement and Property Administration Department Head 2nd Floor, Tel: +25111 661 6396 

3. Chanka – Gidami Design and Build Road Project…

Published on: Ethiopian Herald ( Aug 6, 2020 ) /Place of Bid Competitions:Addis Ababa

Remaining Time for Bid Submission

NOTICE OF INVITATIONS 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 III (3)
IT.NoProject NameEstimated length (km)Pavement typeProject durationContract deliveryProcurement type
1Construction Works of Chanka – Gidami Design and Build Road Project (Re-Bid)97AC4.0 YearsDBICB
2Construction Works of Agaro – Gera – Medabo Design and Build Road Project100.5AC4.0 yearsDBICB

Note: – DB = Design and Build; ICB = International 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 the Ministry of Construction with the relevant Categories as specified in item 4 of tables below renewed for 2012 EFY and other appropriate documentary evidence 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 a 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 ongoing or completed projects 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:

4.1. Qualification and Evaluation Criteria of Package III (3) Road Projects

4.1.1. Construction Works of Chanka – Gidami Design and Build Road Project (Re-Bid)

Item/NoQualification CriteriaMinimum Requirement
Local BiddersForeign Bidders
1Annual construction turn over for the last five yearsETB 514 Million (Peak)ETB 1.285 Billion (Average)
2Liquid Asset/Cash flow requirementThe annual construction Turnover (ACT) Requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 964 Million (Average).
ETB 160 MillionETB 214 Million 
3General construction experience2 Years firm experience under construction contracts in the role of prime  Contractor, Joint Venture  partner, Management  Contractor or Sub-Contractor.5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Manage ment Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of One (1)any type of Asphalt(DBST, TST or AC) RoadConstruction / Upgrading/Rehabilitation Projectwith a value of ETB 1.800Billion; OR A Minimumof Two (2) any type ofAsphalt (DBST, TST orAC) Road Construction /Upgrading/Rehabilitationprojects each with a value  of ETB 900 Million; ORA Minimum of Three(3) any type of Asphalt(DBST, TST or AC) RoadConstruction / Upgrading/ Rehabilitation projectseach with a value of ETB600 Million;all In 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) Asphalt Concrete (AC) Road Construction / Upgrading / Rehabilitation Projects each with a value of at least ETB 2.571 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5GradeRC-1 or GC1 
     

1.1.2. Construction Works of Agaro – Gera – Medabo Design and Build Road Project

Item/NoQualification CriteriaMinimum Requirement
Local BiddersForeign Bidders
1Annual construction turn over for the last five yearsETB 546 Million (Peak)ETB 1.366 Billion ( Average)
2Liquid Asset/Cash flow requirementThe annual construction Turnover (ACT) Requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.025 Billion (Average).
ETB 170 MillionETB 227Million 
3General construction experience2 Years firm experience  under construction contracts in the role of prime  Contractor, Joint Venture  partner, Management  Contractor or Sub-Contractor.5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Manage ment Contractor or Sub-Contractor.
4Specific construction project experienceA Minimum of  One (1) any type  of asphalt (DBST,  TST or AC) Road  Construction  / Upgrading /  Rehabilitation  Project with a  value of ETB  1.913 Billion;ORA Minimum of  Two (2) any type  of asphalt (DBST,  TST or AC) Road  Construction  / Upgrading /  Rehabilitation  projects each  with a value of  ETB 956 Million;OR A Minimum  of Three (3) any  type of asphalt (DBST, TST or  AC) Road Construction / Upgrading / Rehabilitation projects  each with a value  of ETB 637 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) Asphalt Concrete (AC) Road Construction / Upgrading / Rehabilitation Projects each with a value of at least ETB 2.733 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).
5GradeRC-1 or GC1 
     

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 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.



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. a and L: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 August 10, 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.

7. 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.

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 28th 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.

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 day 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 October 08, 2020 at 2:30 P.M.

Director General, 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. +251-11-5514866

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

2. Durbete – Kunzila – Gelago – Metema Road Construction Projects…

Published on:Ethiopian Herald ( Jul 25, 2020 ) /Place of Bid Competitions:Addis Ababa,

Remaining Time for Bid Submission

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)
Item No.Project Name EstimatedLength (Km)Pavement Type Project DurationContract DeliveryProcurement Type 
1Construction Works of Durbete – Kunzila – Gelago – Metema, Lot 2: Fingit – Gelago Design and Build Road Project115.7AC3.5 YearsDBICB 
2Construction Works of Durbete – Kunzila – Gelago – Metema,Lot 3: Gelago – Gendewuha Design and Build Road Project125 AC3.5 Years DBICB 
3Addis –Gibe River Road Over- lay Project, lot 1: Addis –Sebeta Road Widening project (Re-Bid)11.89AC 3Years DBB ICB

Note:- DB = Design and Build; DBB=Design, Bid and Build ICB = International Competitive Bidding: 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 International Competitive Bidding (ICB) 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 Package II (2) Road Projects

4.1 Construction Works of Durbete-Kunzila-Gelago-Metema,Lot 2: Fingit-Gelago Design and Build Road Project

Item/ NoQualification Criteria  Minimum Requirement
Local BiddersForeign Bidders
1Annual Construction  Turnover for the Last Five YearsETB 540Million (Peak)ETB 1.352 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.014 Billion (Average).
2Liquid Asset/Cash Flow RequirementETB 169 MillionETB 225 Million
3General ConstructionExperience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor.
4Specific Construction project ExperienceA Minimum of One (1) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project with a value of ETB 1.656 Billion ; ORA Minimum of Two (2) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 828 Million; ORA Minimum of Three (3) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 552 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)  Asphalt concrete (AC) Road Construction or Upgrading or Rehabilitation projects Each with a value of at least ETB 2.366 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed).     
5GradeRC – 1 or GC-1 

4.2. Construction Works of Durbete-Kunzila-Gelago-Metema, Lot 3: Gelago-Gendewuha Design and Build Road Project

Item/ NoQualification Criteria  Minimum Requirement
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 566 Million (Peak)ETB 1.416 Billion (Average)
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.062 Billion (Average)
2Liquid Asset/Cash FlowRequirementETB 177 MillionETB 236 Million
3General ConstructionExperience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contract
4Specific Construction project ExperienceA Minimum of One (1) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project with a value of ETB 1.735 Billion ; ORA Minimum of Two (2) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 867 Million; ORA Minimum of Three (3) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 578 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)  Asphalt concrete (AC) Road Construction or Upgrading or Rehabilitation projects Each with a value of at least ETB 2.479 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed). 
5GradeRC-1 or GC-1 

4.3 Addis-Gibe River Road Overlay project, Lot 1: Addis-Sebeta Road Widening (11.89 KM) (Re-Bid)

Item/ NoQualification Criteria  Minimum Requirement
Local BiddersForeign Bidders
1Annual Construction Turnover for the Last Five YearsETB 311 Million (Peak) ETB 778 Million (Average) 
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 583 Million (Average)
2Liquid Asset/Cash Flow RequirementETB 97 MillionETB 129  Million
3General Construction Experience 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contract Sub-Contractor
4Specific Construction project ExperienceA Minimum of One (1) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project with a value of ETB 817  Million ; ORA Minimum of Two (2) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 408 Million; ORA Minimum of Three (3) Any Type of Asphalt  (DBST,TST or Ac) Road  construction/Upgrading/ Rehabilitation project Each with a value of ETB 272 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) Asphalt Concrete Road Construction or Upgrading or Rehabilitation Projects Each with a Value of at least ETB 1.167 Billion within the last ten (10) years that has been successfully and substantially completed (80% Completed),
5GradeRC-1 or GC-1 

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 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 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 a.m. and 1:30 p.m. to 5:30p.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 July 27, 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 A, Engineering

Procurement Directorate, 1st Floor, Office No. 102, 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 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.

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 another 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 selling 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 October 01, 2020 at 2:30 P.M.

Director General

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. +251-11-5514866

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

ETHIOPIAN 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

Remaining Time for Bid SubmissionNew!

Remaining Time for Bid Submission

Read more

9.4.2.1 Example of Design of Column Section Subjected to Axial Load and Biaxial Bending: Eurocode 2 Method Design the reinforcement for the column section shown in Fig. It is subjected to the following actions at ULS: .

The material strengths are for concrete and
reinforcement. Assume the cover is , links are in diameter and main bars

(a) As information about the height and end conditions of the column are not known, assume equation is satisfied.
(b) Check equation (5.38b).

Uniaxial design is inadmissible.

Remaining Time for Bid SubmissionNew!

Remaining Time for Bid Submission

Invited Grade:GC/BC Grade 6 or above
Place of competition:Addis Ababa
Read more

9.4.2.1 Example of Design of Column Section Subjected to Axial Load and Biaxial Bending: Eurocode 2 Method
Design the reinforcement for the column section shown in Fig.  It is subjected to the following actions at .

The material strengths are  for concrete and
reinforcement. Assume the cover is , links are  in diameter and main bars are

(a) As information about the height and end conditions of the column are not known, assume equation (5.38a) is satisfied.
(b) Check equation (5.38b).

Uniaxial design is inadmissible.

You cannot copy content of this page